state of maryland baltimore city community...
TRANSCRIPT
Document Management System RFP
Table of Contents Page 1
STATE OF MARYLAND
BALTIMORE CITY COMMUNITY COLLEGE
PURCHASING OFFICE
Harper Hall, Room 204
2901 Liberty Heights Avenue
Baltimore MD 21215
REQUEST FOR PROPOSAL (RFP) Document Management System
Baltimore City Community College
R##########
Offerors are invited to submit proposals which conform
to the requirements of this solicitation
Minority Business Enterprises are Encouraged
to Respond to this Solicitation.
Date: mm/dd/yyyy
Document Management System RFP
Table of Contents Page 2
Table of Contents NOTICE TO OFFERORS/BIDDERS ...................................................................................................................... 5
KEY INFORMATION SUMMARY SHEET .............................................................................................................. 6
SECTION 1 Objective ........................................................................................................................................ 8
1.1 SUMMARY STATEMENT ...................................................................................................................... 8
1.2 ISSUING OFFICE.................................................................................................................................. 9
1.3 DEFINITIONS ........................................................................................................................................ 9
1.4 QUESTIONS AND INQUIRIES.............................................................................................................. 9
1.5 CLOSING DATE ................................................................................................................................ 10
1.6 ACCEPTANCE OF PROPOSAL CONTENT AND DURATION OF OFFER ..................................... 10
1.7 LIVING WAGE................................................................................................................................... 10
SECTION 2: GENERAL INFORMATION ........................................................................................................... 11
2.1 PURPOSE ........................................................................................................................................... 11
2.2 REVISIONS TO THE RFP .................................................................................................................... 11
2.3 CANCELLATIONS/DISCUSSIONS .................................................................................................... 11
2.4 PROPOSAL ACCEPTANCE ............................................................................................................. 11
2.5 ORAL PRESENTATION ...................................................................................................................... 11
2.6 INCURRED EXPENSES ....................................................................................................................... 11
2.7 ECONOMY OF PREPARATION ....................................................................................................... 12
2.8 DISPUTES ............................................................................................................................................ 12
2.9 MULTIPLE OR ALTERNATIVE PROPOSALS ...................................................................................... 12
2.10 ACCESS TO PUBLIC RECORDS ACT NOTICE ........................................................................... 12
2.11 OFFEROR RESPONSIBILITIES ........................................................................................................ 12
2.12 BID/PROPOSAL AFFIDAVIT ......................................................................................................... 12
2.13 MANDATORY CONTRACTUAL TERMS ...................................................................................... 12
2.14 CONTRACT AFFIDAVIT ................................................................................................................ 13
2.15 MINORITY BUSINESS ENTERPRISES .............................................................................................. 13
2.16 ARREARAGES ............................................................................................................................... 13
2.17 PROCUREMENT METHOD ........................................................................................................... 13
2.18 CONTRACT DURATION ............................................................................................................... 13
2.19 CONTRACT TYPE .......................................................................................................................... 13
2.20 SUCCESSFUL OFFEROR REQUIREMENTS ................................................................................... 14
2.21 PROTESTS ....................................................................................................................................... 14
2.22 INDEMNITY INSURANCE .............................................................................................................. 14
2.23 FALSE STATEMENTS ...................................................................................................................... 15
2.24 BILLING .......................................................................................................................................... 15
Document Management System RFP
Table of Contents Page 3
2.25 CURRENT PROCESSING ENVIRONMENT .................................................................................. 16
2.30 APPLICATION PROFILES .............................................................................................................. 17
SECTION 3: FUNCTIONAL REQUIREMENTS .................................................................................................... 19
3.1 INTRODUCTION ................................................................................................................................ 19
3.2 OVERVIEW AND VISION ................................................................................................................. 19
3.3 SPECIAL CONSIDERATIONS............................................................................................................ 21
3.4 FUNCTIONAL AREAS ....................................................................................................................... 21
SECTION 4: TECHNICAL REQUIREMENTS ....................................................................................................... 27
4.1 SYSTEM ADMINISTRATION ............................................................................................................... 27
4.2 SERVER .............................................................................................................................................. 27
4.3 CLIENT ............................................................................................................................................... 28
4.4 SYSTEM AUDITING ............................................................................................................................ 28
4.5 STORAGE .......................................................................................................................................... 28
4.6 SECURITY ........................................................................................................................................... 28
4.7 LICENSE ............................................................................................................................................. 29
4.8 MAINTENANCE AND SUPPORT ...................................................................................................... 29
4.9 TRAINING .......................................................................................................................................... 29
4.10 SYSTEM ARCHITECTURE .............................................................................................................. 30
SECTION 5.0 PILOT IMPLEMENTATION PROJECTS ............................................................................. 31
5.1 FINANCIAL AID ................................................................................................................................ 31
5.2 HUMAN RESOURCES ....................................................................................................................... 31
5.3 ACCOUNTS PAYABLE ..................................................................................................................... 31
SECTION 6: PROJECT MANAGEMENT ........................................................................................................... 32
6.1 PROJECT MANAGEMENT METHODOLOGY ................................................................................ 32
6.2 PROJECT WORK PLAN .................................................................................................................... 32
6.3 STATUS REPORTING ......................................................................................................................... 33
6.4 ISSUE RESOLUTION ........................................................................................................................... 33
6.5 PROJECT CONTROLS, STANDARDS, AND PROCEDURES .......................................................... 34
6.6 RISK MANAGEMENT PLAN AND PROCEDURES .......................................................................... 34
SECTION 7: IMPLEMENTATION AND SUPPORT ............................................................................................. 35
SECTION 8: REQUIREMENTS FOR PROPOSAL PREPARATION .................................................................... 39
8.1 TRANSMITTAL LETTER ........................................................................................................................ 39
8.2 PROPOSAL FORMAT ....................................................................................................................... 39
8.3 VOLUME I: TECHNICAL PROPOSAL .............................................................................................. 39
8.4 VOLUME II: FINANCIAL PROPOSAL ............................................................................................... 42
SECTION 9: EVALUATION AND SELECTION PROCEDURE .......................................................................... 43
9.1 EVALUATION COMMITTEE .............................................................................................................. 43
Document Management System RFP
Table of Contents Page 4
9.2 RECIPROCAL PREFERENCE – RESIDENT BIDDER .......................................................................... 43
9.3 QUALIFYING PROPOSALS ................................................................................................................ 43
9.4 SELECTION PROCESS ...................................................................................................................... 43
9.5 CRITERIA FOR TECHNICAL EVALUATION ..................................................................................... 44
9.6 FINANCIAL EVALUATION ................................................................................................................ 45
9.7 BEST AND FINAL OFFERS ................................................................................................................. 45
9.8 DEBRIEFING OF UNSUCCESSFUL OFFERORS ................................................................................ 45
9.9 FINAL EVALUATION AND RECOMMENDATION FOR AWARD .................................................. 45
Section 10: SCHEDULE OF EVENTS ............................................................................................................... 46
APPENDIX A: PRICE PROPOSAL FORM ........................................................................................................ 47
APPENDIX B: BID/PROPOSAL AFFIDAVIT ..................................................................................................... 53
APPENDIX C: SAMPLE CONTRACT AGREEMENT ........................................................................................ 59
APPENDIX D: CONTRACT AFFIDAVIT ........................................................................................................... 70
APPENDIX E: MBE INSTRUCTIONS/FORMS ................................................................................................... 71
APPENDIX F: DOCUMENT RETENTION AND DISPOSAL POLICY ................................................................ 83
Document Management System RFP
Notice to Offerors/Bidders Page 5
STATE OF MARYLAND
NOTICE TO OFFERORS/BIDDERS
To help us improve the quality of State bid and proposal solicitations, and make our
procurement process more responsive and ―business friendly‖, we ask that you take a few
minutes and provide comments and suggestions regarding the enclosed solicitation. Please
return your comments with your bid, proposal, or ―no bid‖, as the case may be. Thank you for
your assistance.
Bid/Proposal Number: ######
Entitled: Document Management System
If you have responded with a ―no bid‖, please indicate the reason(s) below:
o Other commitments preclude our participation at this time.
o The subject of the solicitation is not something we ordinarily provide.
o We are inexperienced in the work/commodities required.
o Specifications are unclear, too restrictive, etc. (Explain in Remarks section.)
o The scope of work is beyond our present capacity.
o Doing business with Maryland State Government is too complicated.
o We cannot be competitive. (Explain in Remarks section.)
o Time allotted for completion of the bid/proposal is insufficient.
o Start-up time is insufficient.
o Time allotted for completion of the required work is insufficient.
o Bonding/Insurance requirements are too difficult. (Explain in Remarks section.)
o Bid/Proposal requirements (other than specifications) are unreasonable or too risky.
(Explain in Remarks section.)
o Minority Business Enterprise requirements. (Explain in Remarks section.)
o Prior State of Maryland Contract experience was unprofitable or otherwise unsatisfactory.
(Explain in the Remarks section.)
o Payment schedule is too slow.
o Other:
If you have submitted a bid or proposal, and wish to offer suggestions or express concerns,
please use the Remarks section below. (Use reverse side or attach additional pages as needed.)
REMARKS:____________________________________________________________________________________
_____________________________________________________________________________________________
Contractor/ Offeror Name: Date: ______________
Contact person: Phone:
Address: ____________________________________________________________________________________
THANK YOU!
Document Management System RFP
Notice to Offerors/Bidders Page 6
KEY INFORMATION SUMMARY SHEET
Title of RFP: Document Management System
RFP Issue Date: Month DD, YYYY
RFP Number: ############
Description of Product/Services: The selected vendor will provide an Electronic Document
Management System and related installation and training
services for Baltimore City Community College (BCCC).
Procurement Method: Competitive Sealed Proposals (COMAR 21.05.03)
Contract Term: BCCC wishes to acquire and implement a Document
Management System in the most expeditious manner possible,
and to enter into an ongoing relationship with the selected vendor
to provide maintenance and support.
Issuing Office: Baltimore City Community College
Purchasing Office
Harper Hall, Room 204
2901 Liberty Heights Avenue
Baltimore, Maryland 21215
Issuing Office Point of Contact: Mr. Lonnie McKenzey 410-462-7609
Procurement Officer: Mr. Lonnie McKenzey
Procurement Specialist
Harper Hall, Room 204
2901 Liberty Heights Avenue
Baltimore, Maryland 21215
Contract Administrator: Chief Information Technology Officer or his/her designee
Deadline for Receipt of Proposals: DAY, mm/dd/yyyy, at 2:00 p.m.
Proposal(s) Received at: Purchasing Office: Mr. Lonnie McKenzey, Procurement Specialist,
Baltimore City Community College, Harper Hall Room 204, 2901
Liberty Heights Avenue, Baltimore, Maryland 21215.
Pre-Proposal Conference:
A Pre-Proposal Conference will be held on DAY, MM/DD/YYYY, beginning at 10:00 a.m. in the
President‘s Conference Room, 1st Floor, Administration Building, 2901 Liberty Heights Avenue,
Baltimore, Maryland 21215. Attendance at the Pre-Proposal Conference is mandatory. In
addition, attendance may facilitate the Offeror‘s ability to meet MBE goals. Minutes of the
meeting will be distributed as soon as practicable, in accordance with State Finance and
Procurement Article 13-210 (a), Maryland Annotated Code.
Document Management System RFP
Notice to Offerors/Bidders Page 7
eMaryland Marketplace
In order to receive a contract award, a vendor must be registered on eMaryland Marketplace.
These guidelines can be found on the eMaryland Marketplace website at:
www.eMarylandMarketplace.com
Directions to Baltimore City Community College, Liberty Campus, 2901 Liberty Heights Avenue,
from I-695, the Baltimore Beltway:
Use Exit 18 marked Lochearn, which exits onto Liberty Road. Drive south on Liberty Road
approximately 4.5 miles. Liberty Road becomes Liberty Heights Avenue. The college is well
marked on your right at the intersection of Druid Park Drive and Liberty Heights Avenue.
Document Management System RFP
1.0 Objective Page 8
SECTION 1 Objective
1.1 SUMMARY STATEMENT
The purpose of this Request for Proposal (RFP) is to obtain an Enterprise (Electronic) Document
Management System for Baltimore City Community College (BCCC).
Baltimore City Community College is seeking an extraordinary partnership with a company that
is committed to higher education and to the success of the College. This Request for Proposals is
intended to inspire Offerors to prepare outstanding proposals for systems, services, and solutions
that are visionary and that will allow BCCC to achieve its goals of providing exemplary services
to learners, faculty, staff, and the community.
Serving primarily the residents and business community of Baltimore City, Maryland, BCCC is a
State-sponsored, comprehensive two-year degree-granting college on two campuses. The
College serves over 22,000 credit and non-credit students. With its broad range of degree and
certificate programs, affordable tuition, and extensive outreach, BCCC offers educational
opportunities on all levels to the citizens of Baltimore and the State of Maryland that enable
students to obtain good jobs or to transfer to four-year colleges or to take a short-term training
courses to upgrade their skills or acquire new ones. BCCC also offers continuing education
programs such as English as a Second Language (ESL) and Adult Basic Education (ABE), which
provide literacy skills and General Education Development (GED), which prepares students to
take the Tests of General Education Development administered by the Maryland State
Department of Education to acquire a Maryland High School Diploma. The College is
committed to enhancing the economic prospects of the Baltimore community through
computer literacy and knowledge of state-of-the-art technologies aimed at 21st century
employment.
The College employs approximately four hundred and seventy (470) full time employees and six
hundred and sixty (660) contractual employees, many of whom are adjunct faculty.
Approximately two hundred and fifty (250) of the full time employees form three bargaining units
covered by collective bargaining agreements.
The College‘s current Strategic Plan and its Vision and Mission Statements demonstrate the
critical role technology plays in the college‘s present structure and future design.
Vision
Baltimore City Community College strives to be the leader in providing quality education that
responds to and meets the needs of a diverse population of learners, adding value to lives and
the community.
Mission
Baltimore City Community College (BCCC) provides outstanding educational, cultural, and
social experiences to the residents of Baltimore City, the State of Maryland, and surrounding
areas. The college‘s accessible, affordable, comprehensive programs include college transfer
and career preparation, technical training, and life skills training. The College provides a variety
of student services that meet and support the learning needs of an increasingly diverse student
population. BCCC is a dynamic higher education institution that is responsive to the changing
needs of its stakeholders: individuals, businesses, government, and educational institutions of the
community at large.
Document Management System RFP
1.0 Objective Page 9
In an effort to satisfy the College‘s vision and mission statements, the following seven strategic
issues were defined:
Improve Teaching and Learning
Enhance Governance and Administration
Strengthen Student Success
Maximize Institutional Resources
Utilize Technology
Expand Workforce Development and Continuing Learning
Strengthen Community Outreach and Improve the college Image
Further background information on BCCC can be found at www.bccc.edu.
1.2 ISSUING OFFICE
The sole point of contact in the State for purposes of this RFP is the Procurement Officer at the
Issuing Office address listed below:
Mr. Lonnie Mc Kenzey
Procurement Specialist
Baltimore City Community College
Purchasing Office
Harper Hall, Room 204
2901 Liberty Heights Avenue
Baltimore, Maryland 21215
Telephone: 410-462-7609
Fax: 410-225-4603
E-mail: [email protected]
1.3 DEFINITIONS
Offeror: Each organization submitting a response to this Request for Proposal
Contractor or Vendor An Offeror whose proposal is selected for contract award
Contract Administrator: Chief Information Technology Officer or his/her designee
RFP: Request for Proposal
BCCC: Baltimore City Community College
1.4 QUESTIONS AND INQUIRIES
Subsequent to the Pre-Proposal Conference (See ―Key Information Summary Sheet‖), questions
and inquiries should be submitted in writing in a timely manner. In the case of questions not
received in a timely manner, the Procurement Officer shall, based on the availability of time to
research and communicate an answer, decide whether an answer can be given before the
proposal due date. Answers to all substantive questions that have not previously been
Document Management System RFP
1.0 Objective Page 10
answered, will be distributed to all Offerors who are known to have received the RFP.
In addition, a summary of the Pre-Proposal Conference will be distributed as soon as
practicable.
1.5 CLOSING DATE
An original, so marked, and four (4) copies of each proposal (Technical and Financial in
separately sealed envelopes) must arrive at the Issuing Office no later than mm/dd/yyyy at 2:00
p.m., in order to be considered. An electronic version of the Technical Proposal shall also be
submitted with the original. Electronic media must be a CD and shall bear a label on the outside
that references the RFP number and name as well as the Offeror‘s name and the following
words: ―Volume I: Technical Proposal.‖ Requests for extension of this date or time will not be
granted. Offerors mailing proposals should allow sufficient mail delivery time to ensure timely
receipt at the Issuing Office. Except as provided in COMAR 21.05.02.10, proposals or unsolicited
amendments to proposals arriving after the closing time and date will not be considered.
Proposals delivered by facsimile will not be considered.
1.6 ACCEPTANCE OF PROPOSAL CONTENT AND DURATION OF OFFER
The content of this RFP and the Proposal (Technical and Financial) of the successful Offeror or
Offerors will be included by reference in any resulting contract. All prices, costs, terms, and
conditions in the Proposal shall remain fixed for 120 days after the closing date for receipt of
proposal or the best and final offers are submitted. This period may be extended by written
mutual agreement between the Offeror and the requesting State organization.
1.7 LIVING WAGE
During the term of the contract resulting from this solicitation the awarded vendor shall pay its
employees a Living Wage in accordance with applicable City, State or Federal Living Wage
legislation and regulations.
The awarded amount of the contract resulting from this solicitation cannot be increased for the
vendor‘s failure to factor into its proposal any future increases in the Living Wage rates in effect
at the time of this solicitation.
Document Management System RFP
2.0 General Information Page 11
SECTION 2: GENERAL INFORMATION
2.1 PURPOSE
The purpose of this Request for Proposal (RFP) is to obtain a Document Management System
and associated implementation and training services for Baltimore City Community College
(BCCC) as described herein.
2.2 REVISIONS TO THE RFP
If it becomes necessary to revise this RFP, amendments will be provided to all prospective
Offerors who were sent this RFP or otherwise are known by the Procurement Officer to have
obtained this RFP. Acknowledgment of the receipt of all amendments to the RFP must
accompany the Offeror‘s proposal. Failure to acknowledge receipt does not relieve the Offeror
from complying with all terms of any such amendment.
2.3 CANCELLATIONS/DISCUSSIONS
The Procurement Officer reserves the right to accept or reject any and all proposals, in whole or
in part, received in response to this RFP, to waive or permit cure of minor irregularities, and to
conduct discussions with all qualified Offerors in any manner necessary to serve the best interests
of the State of Maryland. Additionally, the Procurement Officer, at his/her discretion, may
negotiate with all potentially qualified Offerors in an effort to serve the best interests of the State.
The Procurement Officer also reserves the right, at his sole discretion, to award a contract based
upon the written proposals received without prior discussions or negotiations.
2.4 PROPOSAL ACCEPTANCE
By submitting a proposal in response to this RFP, an Offeror shall be deemed to have accepted
all terms, conditions, and requirements set forth in this RFP unless otherwise clearly noted and
explained in its proposal. Any exceptions will be clearly communicated in the transmittal letter.
2.5 ORAL PRESENTATION
Offerors who submit a proposal in response to this RFP may be required to provide a product
demonstration and oral presentation of the proposal to the Evaluation Committee, possibly on
short notice. All representations made by an Offeror during an oral presentation must be
reduced to writing. All such representations will become part of the Offeror‘s proposal and are
binding if the contract is awarded. The time and location for this presentation shall be scheduled
by the Procurement Officer. The oral presentation will assist the Evaluation Committee with its
ranking of the Technical proposal.
2.6 INCURRED EXPENSES
The College will not be responsible for any costs incurred by an Offeror in preparing and
submitting a proposal or in performing any other activities relative to this solicitation.
Document Management System RFP
2.0 General Information Page 12
2.7 ECONOMY OF PREPARATION
Proposals should be prepared simply and economically, providing a straightforward, concise
description of the Offeror's proposal to meet the requirements of this RFP. Oral, telegraphic,
electronic mail, facsimile or mailgram proposals will not be accepted.
2.8 DISPUTES
Any disputes relative to this solicitation shall be subject to the provisions of COMAR 21.10
(Administrative and Civil Remedies).
2.9 MULTIPLE OR ALTERNATIVE PROPOSALS
An Offeror shall not submit an alternate proposal or more than one proposal for the RFP.
However, an offeror may submit a proposal containing alternative or optional system
components or services.
2.10 ACCESS TO PUBLIC RECORDS ACT NOTICE
An Offeror should identify those specific portions of its proposal that it considers confidential,
proprietary commercial information or trade secrets, and provide justification why such
materials, if requested, should not be disclosed by the State under the Access to Public Records
Act, Title 10, Subtitle 6, of the State Government Article of the Annotated Code of Maryland.
Offerors are advised that, upon request for this information from a third party, the Procurement
Officer will be required to make an independent determination whether the information may be
disclosed (see COMAR 21.05.08.01).
2.11 OFFEROR RESPONSIBILITIES
The State will enter into Contractual agreement only with the selected Offeror. The selected
Offeror shall be responsible for all products and services required by this RFP. Except as noted
below, sub-contractors, if any, must be identified and a complete description of their role
relative to the proposal must be included in the proposal. Sub-contractors retained for the
purpose of meeting the established MBE participation goal for this solicitation must be identified
as provided in Attachment E of this RFP.
2.12 BID/PROPOSAL AFFIDAVIT
All proposals submitted by an Offeror must be accompanied by a completed Bid Proposal
Affidavit.
A copy of this Affidavit is included as Attachment B of this RFP.
2.13 MANDATORY CONTRACTUAL TERMS
By submitting an offer in response to this RFP, an Offeror, if selected for award, agrees to the
terms of this RFP and attachments, including the provisions in Attachment C of this RFP. However,
any exceptions to the terms must be duly noted in the transmittal letter.
A copy of the provisions are included as Attachment C of this RFP.
Document Management System RFP
2.0 General Information Page 13
2.14 CONTRACT AFFIDAVIT
All Offerors are advised that if a Contract is awarded as a result of this solicitation, the successful
Offeror will be required to complete a Contract Affidavit. This Affidavit need not be submitted
with an Offeror's proposal but must be provided upon notice of Contract award.
A copy of this Affidavit is included for informational purposes as Attachment D of this RFP.
2.15 MINORITY BUSINESS ENTERPRISES
Minority business enterprises are encouraged to respond to this solicitation. Minority firms are
asked to identify themselves in their proposal submission and provide their MDOT certification
number. A minority business enterprise participation goal of XX% for services contained within
proposal has been established for this solicitation. All Offerors are asked to attempt to meet this
goal, where possible, by contacting certified minority vendors. All Offerors must document their
efforts to meet this goal by including a statement, which details their efforts and includes
documentation such as the names of vendors they contacted, the items/services which could
be supplied and the responses received. The Contractor shall structure its awards of sub-
Contracts in a good faith effort to achieve the goal with sub-Contractors certified by the State
of Maryland as minority owned and controlled. If you have any questions with regard to this
policy, feel free to contact the Procurement Officer at the college. A list of certified Minority
Businesses is available from the Office of Minority Affairs and may be viewed at its web site:
http://www.oma.state.md.us/mainframe.html
MBE requirements are specified in Attachment E of this RFP.
2.16 ARREARAGES
By submitting a response to this solicitation, the Offeror represents that it is not in arrears in the
payment of any obligations due to the State of Maryland, including the payment of taxes and
employee benefits, and that it shall not become in arrears during the term of this Contract if
selected for the Contract award.
2.17 PROCUREMENT METHOD
This Contract will be awarded in accordance with the competitive sealed proposal process
under Maryland Code of Regulations (COMAR) 21.05.03.
2.18 CONTRACT DURATION
The contract term shall be dependent upon the mutually agreed upon project plan for the
delivery and implementation of the system. It shall commence upon the issuance of the Notice
to Proceed by the Procurement Officer.
2.19 CONTRACT TYPE
The contract will be a lease with buyout option, license or outright purchase of the software, or
an Application Service Provider (ASP) agreement. BCCC will accept a separate maintenance
contract for software with an annual renewal provision. Optional hardware, training and
implementation services should be included in the cost proposal. Any services awarded as a
result of this solicitation will be a fixed-price contract, as defined in COMAR 21.06.03.
Document Management System RFP
2.0 General Information Page 14
2.20 SUCCESSFUL OFFEROR REQUIREMENTS
The successful Offeror will be required to sign and submit the Contract Agreement, Contract
Affidavit and the appropriate Minority Business Enterprise forms.
2.21 PROTESTS
The State of Maryland provides formal procedures for any Offeror to protest the award, or the
proposed award, of a Contract. All protests must be filed in accordance with COMAR 21.10.02
and with Title 15, Subtitle 2 (Procurement Contract Administration and Dispute Resolution) of the
State Finance and Procurement Article, Annotated Code of Maryland.
2.22 INDEMNITY INSURANCE
a. The Contractor shall, at its own expense, procure and maintain during the entire
performance period of this contract, insurance of at least the kinds set forth
below in the minimum amount specified herein or in writing by the Procurement
Officer.
(i) Worker‘s Compensation Insurance, in accordance with Maryland Statute.
(ii) Public Liability Insurance, covering Comprehensive basis, including
Contingent Liability, in an amount of not less than $1,000,000.00 combined
single limit.
(iii) Automobile Liability Insurance, covering all owned, non-owned, and hired
vehicles used in connection with the work, in the amounts indicated in (ii)
above.
(iv) Owner‘s Protective Liability Insurance, issued in the name of the college,
in the amounts indicated in (ii) above. Notwithstanding the requirement
of the Contractor to furnish certificates of insurance evidencing insurance
coverage, the Contractor shall furnish a policy of Owner‘s Protective
Liability Insurance set forth herein. This policy must be endorsed to
indicate that any premium, whether deposit or final, will be the sole
obligation of the Contractor.
b. The Public Liability Insurance coverage required in paragraph (ii) above shall
include those classifications listed in Standard Liability Insurance Manuals which
are applicable to the operations of the Contractor in the performance of this
contract.
c. All insurance policies required above shall be issued by companies authorized to
do business under the laws of the State of Maryland, with the following
qualifications as to management and financial strength. The Company shall be
rated no less than ―A‖ as to management, and no less than ―AAA‖ as to strength,
by the latest edition of Best‘s Insurance Guide, published by Alfred M. Best Co.,
Inc.
d. The Contractor shall furnish Certificates of Insurance to the Procurement Officer
prior to commencing any operations under this contract. The Certificates shall
clearly indicate the classifications, as required for strict compliance with this
Document Management System RFP
2.0 General Information Page 15
Article. The said certificates must provide that in the event of any material
change in or cancellation of the policies reflecting the required coverage, BCCC
will be given thirty (30) days advance notice thereof.
e. Compliance with the foregoing requirements as to the carrying of insurance shall
not relieve the Contractor from its liability under any other portions of this
Contract.
f. The Contractor shall indemnify and defend Baltimore City Community College, its
officers, employees and agents, from any and all claims, liability, losses,
damages, cost and expenses, and causes of actions which may arise out of or
relate to the performance or non-performance by the Contractor, its employees
or agents, of the contract. This provision shall not be construed as a waiver by
the college or its employees and agents of sovereign or any other immunity.
2.23 FALSE STATEMENTS
Offerors are advised that Section 11-205.1 of the State Finance and Procurement Article of the
Annotated Code of Maryland provides as follows:
In connection with a procurement contract, a person may not willfully;
falsify, conceal, or suppress a material fact by any scheme or device;
make a false or fraudulent statement or representation of a material fact; or
use a false writing or document that contains a false statement or fraudulent statement or entry
of a material fact.
A person may not aid or conspire with another person to commit an act under subsection (a) of
this section. A person who violates any provision of this section is guilty of a felony and on
conviction is subject to a fine not exceeding $20,000 or imprisonment not to exceed five (5)
years or both.
2.24 BILLING
BCCC will consider any financing options or payment terms that are proposed, providing these
are accepted by the BCCC Board of Trustees. The final payment will not be due until the
hardware and software installation and defined milestones (as negotiated between BCCC and
the successful vendor/s) are complete, with the exception of any required deposits. It should
also be understood that maintenance charges will not commence until the system is accepted
by a formal signoff by BCCC. This should coincide with a final payment that will be determined
at contract signing.
The proposed contract for the software solutions should provide for the following:
An initial deposit to the vendor from BCCC.
Creation of a project plan, including gap analysis and provision for added work not
originally envisioned.
Mutually agreed upon milestones that will be the basis of a payment schedule linked to
successful completion of each.
Guaranteed system response when using screen applications of not greater than two
Document Management System RFP
2.0 General Information Page 16
seconds at peak processing times, based on vendor recommended hardware
parameters.
Payment will be made on a completed deliverable basis based on the mutually agreed upon
written project plan submitted by the vendor. An accurate invoice must be submitted with a
detailed report regarding the completed service. Invoices must be addressed to Accounts
Payable, Baltimore City Community College, 2901 Liberty Heights Avenue, Baltimore, Maryland
21215-7893. All invoices must be signed by the Vendor and must include the following: the
State‘s assigned contract control number; the Vendor‘s name and mailing address; the
Vendor‘s social security number or federal tax ID number; the list of goods/services provided; the
time period covered by the invoice; the amount of requested payment; and the date.
2.25 CURRENT PROCESSING ENVIRONMENT
The network infrastructure is supported by a 100MB fiber backbone throughout the College.
Each of the major campus locations is supported by its own 10MB Internet connection. All
workstations are attached to the network infrastructure through switched 10MBps Ethernet
connections. The connectivity equipment is provided by Cisco Systems. The primary operating
systems are Microsoft Window XP at the desktop level and MS Windows Server at the back end.
The primary desktop application suite is Microsoft Office XP/2003. Other specialized applications
operating throughout the College are documented elsewhere within this document.
The College‘s current Student Information Management System (SIMS) application is provided
by Regent Education Inc., a company (recently renamed), that has since changed its focus
toward financial aid software. The SIMS (COCO) system is a COBOL-based system that is run on a
Hewlett Packard (HP) mainframe. Presently, BCCC employs a staff of programmers/systems
analysts that maintain the system and prepare custom reports and/or programming changes as
needed. The user interface is a text-based application. There is a web component that has
been adapted to the existing environment by the in-house staff though it has limited
functionality. The web-based component includes a pseudo student portal which links to other
information on the web.
As a state agency the College utilizes the State of Maryland FMIS financial and human resource
systems. Additionally, the College is in the process of acquiring an, as yet undetermined,
commercially available Student ERP system to replace the SIMS (COCO) system.
Academically, the IT infrastructure is designed around the Blackboard Enterprise System. All
academic courses, traditional and online, are represented within the college‘s Blackboard
portal. The student portal supports all online class necessities, and the faculty portal allows for full
classroom operation.
Document Management System RFP
2.0 General Information Page 17
2.30 APPLICATION PROFILES
This section identifies applications that BCCC currently uses to satisfy its administrative computing
needs for a variety of functional areas.
The table below and on the following page includes systems provided by the State of Maryland,
commercial or purchased/licensed applications and systems that were developed in-house.
Although the College anticipates that some of these systems will be replaced with a new
Student ERP System as a result of an independent acquisition process, the functions represented
here as being candidates for DMS integration will continue to be relevant.
Offeror Response: Provide specific information and examples from other institutions of higher
education regarding the integration of the proposed DMS system with the functions performed
by these applications.
System Functionality - Description Image Enabled
DMS Integration Candidate
SIMS - CERT Student Information System Module for Non-Credit Registration yes
SIMS - COLLEGE Student Information System Module for Credit Registration yes
SIMS - SAFER * Student Information System Module for Financial Aid (* See Regent Enterprise) yes
SIMS - SOAR Student Information System Module for Students Accounts Receivable yes
Application Form Student application form supported on BCCC web-site yes
Recruitment Activities Systems
Tracks recruitment activities yes
Student Advising System Tracks advising appointments and data yes
Early Alert Intervention System
Faculty updates with information about students who are risk yes
Student Success Center System
Tracks students for academic warning or dismissal yes
Testing Appointment and Support System
Schedules appointments for ACCUPLACER and course testing and captures results for input to SIMS yes
Student Orientation System Schedules appointments for new and international students orientation yes
Levels Of English Proficiency (LOEP) test suppt
Track testing appointments and results fro LOEP tests yes
Numerous paper logs and excel spreadsheets
Used for various tracking of administrative data yes
Regent Enterprise Regent Financial Aid System yes yes
Student/Faculty "Portal" Provides limited "portal-like" functionality to students and faculty yes
Electronic Transcript System Supports electronic transcript requests yes
Blackboard Course Management System yes
The Raiser's Edge Supports fundraising and donor / alumni tracking yes
ACCUPLACER Electronic Academic Testing System for placement testing yes
Document Management System RFP
2.0 General Information Page 18
System Functionality - Description Image Enabled
DMS Integration Candidate
SharePoint Provides intranet web-sites , work-sites, and content/document management yes
TOPSpro Scores CASAS tests and tracks student and program outcomes and progress yes
VAONCE system A system used for submitting VA data to US Department of Veterans Affairs yes
Division of Vocational-Technical Education (DVTE)
Department of Education , Perkins Grant Dispersal yes
FMIS - HRMS FMIS - Human Resource Management System (HRMS) yes yes
FMIS - R*STARS Designed to provide the Comptroller and state agency with a full range of business processing, accounting and reporting capabilities. yes yes
Payroll Process payroll for full-time and part-time and contractual employees yes
Trak-it HR information tracking system Yes Imaging System, OTG, EMS, Webextender
Images and stores Financial Aid documents – to be replaced with Financial Aid Regent Enterprise system Yes
SIGI Career Guidance Systems Yes Pre-Tax Parking System Tracks permits and payments Yes Nebraska Bookstore POS Supports Bookstore Transactions Yes
Document Management System RFP
3.0 Functional Specifications Page 19
SECTION 3: FUNCTIONAL REQUIREMENTS
3.1 INTRODUCTION
The new system should provide all the basic functionality of an Electronic Document
Management System, including; document imaging, text recognition, document management,
forms processing, report management and workflow. It must have the ability to interface with
the current SIMS and its replacement Student ERP system, as well as the State of Maryland
Financial (FMIS) and Human Resource (HRIS) systems. Flexible and robust web access to
information, appropriate reporting capabilities and decision support capabilities are required.
Rather than present detailed questions related to the many standard features and functions of
an electronic document management system, this RFP makes special note of existing business
practices and system features we wish to preserve, while identifying needs for enhanced
functionality and integration. There is an emphasis on ease of use, maintenance and
administration, integration, flexibility, data integrity, solid controls, with support for best practices
and self-service features. The College currently has imaging capability within the areas of
Finance-A/P, HR/Payroll and Financial Aid. The new DMS will be expected to replace and
enhance this functionality as well as to provide services to Admissions and Testing, Registration
and Records, BCED (Continuing Education) intake and records, Procurement and Grants
management, as well as other operational areas within the College. BCCC is not interested in
simply purchasing software. Instead, we are looking for a vendor who can offer systems and
services that are specifically targeted to our business practices, service goals, and academic
vision.
3.2 OVERVIEW AND VISION
BCCC has embraced the Learning college concept, first suggested in the mid 1990s. This
change in approach features two main goals: place learning first in every policy, program and
practice in higher education and support the evolving overall structure of traditional higher
education. Basically, a learning college places its highest priority on learning; this can require a
different approach to policies, programs and practices. A learning college adopts new ideas for
the delivery of information if the techniques can benefit learners.
Baltimore City Community College is a progressive college that seeks a fully integrated
document management system that has interoperability with required State of Maryland
systems. The system needs to be user friendly, ADA compliant and securely accessible to all
constituencies, including faculty, learners, and staff as appropriate. BCCC will select a vendor
based on how well its system fits into BCCC‘s current model and vision, technical environment,
and in how well the system will accommodate future growth and technology. BCCC envisions
an enterprise wide document management system that enhances the business processes of the
institution, the use of existing and planned administrative systems with all data relationships
defined and available on a need to know basis to all that use them.
The purpose of this Request for Proposal (RFP) is to purchase and implement an electronic
document management solution. This solution will be used institution-wide to reduce staff time
spent on document processing, reduce document storage costs and space requirements, and
enable efficient work-flow that will result in a greater return on investment for the College. It is
expected that this solution, in conjunction with the College‘s ERP systems will improve the quality
Document Management System RFP
3.0 Functional Specifications Page 20
of service to students, staff, and employees.
The selected DMS will be implemented initially on a pilot basis in selected administrative
departments. It will then be phased in to other administrative areas within the College based on
a prioritized implementation schedule that will be prepared in conjunction with the selected
vendor. Therefore, the selected document management solution must be scalable to support
other areas within the College beyond the initial pilot applications.
Currently, BCCC has three areas where document imaging has been deployed in production;
The Human Resources department currently scans in time cards for archival purposes, the
Financial Aid office, (which is transitioning to a new Financial Aid packaging system), and the
Finance-Accounts Payable department. The Financial Aid office currently uses Regent Enterprise
Financial Aid software for financial aid packaging and is scanning and storing various
application documents. Accounts payable is scanning and storing all invoice documents.
Access to the information obtained and stored in the document management system must
include comprehensive selection criteria for authorized users. The DMS must also provide for a
high level of secure access control which does not require system or computer technical skills,
and can be managed by a system administrator/security officer located in the administrative
office.
BCCC, by mission, supports an ―enriched service model‖ and envisions a rapid movement to
―electronic delivery‖ of many services. BCCC‗s philosophy is to make the greatest level of
information and online service available to end users as is possible. At the same time, for those
learners who do not have ready access to the Internet, BCCC requires the ability to develop
and maintain a one-stop, in-person registration and payment operation that is also rapid,
efficient and service oriented.
BCCC has an extensive information and records management policy. The new document
management system must be configurable to accommodate a growing database of records
and data retention guidelines. Currently, records retention and archiving are handled manually.
Built-in alarms should be available to alert departments of upcoming critical dates with respect
to records retention. A copy of the data retention policy has been distributed with this RFP as
appendix F.
BCCC will be implementing a new Student ERP system to reduce the amount of manual
interaction for data collection and retention concurrent with the document management
system. The document management system must have the ability to be fully integrated with the
selected student administrative system. It must also have the ability to interface and/or receive
information from the State of Maryland mandated electronic systems – FMIS and HRIS. Special
consideration will be given to the ability of the document management system to receive
information from state systems and manage the retrieval and workflow aspects of disseminating
information from the state.
BCCC expects the new document management system to be intelligently table driven with
configurable security to allow individuals access as needed to information within the system
based on role or position.
Offeror Response: Please provide a concise response to the Overview and Vision that shows
how your system fits the current model and vision of BCCC.
Document Management System RFP
3.0 Functional Specifications Page 21
3.3 SPECIAL CONSIDERATIONS BCCC has an extensive non-credit and workforce development curriculum. The college receives
significant financial support for these offerings from the State of Maryland. In order to receive this
support, the State requires comprehensive and detailed reporting on learners, faculty, course
offerings, outside funding, contracts and completion rates. Currently, these reports are submitted
with a combination of manual and automated processes. Compliance requirements include the
ability for the College to provide copies of signed authorizations of registration and attendance.
Currently these are stored in paper files at various locations across the campus. The system is
required to provide a means to store these files electronically and provide comprehensive
reports and extracts of documentation to fulfill the compliance requirements.
While BCCC currently uses Social Security Number as the student ID, it is expected that the new
Student ERP system will address this issue by the issuance of a system generated ID number. The
Document Management System must be able to accommodate this information in a manner
that is secure and limits access to appropriate individuals. The information must be readily
available to external systems/interfaces where appropriate for legacy continuity.
The new Document Management System should provide every functional area within the
college the ability to scan, store, route, retrieve and print as well as functionality that might not
be specifically defined in these requirements. Furthermore, the College will evaluate favorably
offerors who provide a sound and thoughtful approach to phasing this functionality across
functional areas on an as-needed basis, such that the costs for the new system functionality are
not incurred until the benefits are received.
Offeror Response: Offerors should provide a concise response to the Special Considerations
section.
3.4 FUNCTIONAL AREAS
Offeror Response: This is a list of the functional areas that the Offeror is asked to address in the
proposal. Offerors should indicate which items are included in the standard system, describe the
functionality offered, and indicate if any items require customization or are not included.
It is not the intent or the desire of the College to preclude any qualified vendor from responding
to this RFP.
Vendors must indicate the ability of the proposed system to fulfill/provide the following list of
requirements and desired features and specify whether the particular feature that satisfies the
requirement is standard ―out of the box‖, configurable, or is capable through customization.
3.4.1 Electronic Object Capture
3.4.1.1. Capture a variety of objects—paper forms, photos, IDs, faxes, e-mails and
more— into a single, electronic repository
3.4.1.2. Support compound objects (page 1 = TIFF, page 2 = Word doc, page 3 =
other, etc.)
3.4.1.3. Co-mingle, store, retrieve, and link electronic objects
3.4.1.4. Import and display a wide range of object types, including Word, Excel,
PDF, JPEG, HTML and XML
3.4.1.5. Store object types in original format
3.4.1.6. Support client-side and server-side batch import and single-object import
3.4.1.7. Automatically import high-volume fax objects
Document Management System RFP
3.0 Functional Specifications Page 22
3.4.1.8. Automatically import high-volume e-mail and attachment objects
3.4.1.9. Capture individual documents, such as e-mails, Word files, enterprise
reports, etc. by virtual print to TIFF, or other formats, and add them to the
imaging system
3.4.1.10. Print large jobs to TIFF on a schedule from the server
3.4.1.11. Un-bundle multi-page documents on import
3.4.1.12. Ad-hoc document imports into the imaging system
3.4.1.13. Automatically import files in bulk and send them directly into the imaging
system‘s workflow environment
3.4.2.Electronic Data Capture
3.4.2.1. Provide a means to collect data from electronic forms using advanced
OCR functionality
3.4.2.2. Distinguish between document types (i.e., invoices versus transcripts) and
within document types (i.e., invoice A versus invoice B)
3.4.2.3. Automatically index forms based on extracted data
3.4.2.4. Extract line-item data from forms
3.4.2.5. Provide content verification of text field contents
3.4.2.6. Allow for creation of templates for forms and/or layouts for semi-structured
documents
3.4.3.Indexing
3.4.3.1. Link documents directly to records in existing business software without
keying.
3.4.3.2. Use a single keystroke to index multiple fields.
3.4.3.3. Re-index documents against host records with single-click or via manual
keying
3.4.3.4. Choose pre-defined index values via pick list/drop-down menu
3.4.3.5. Index multiple images as a group without re-keying index data
3.4.3.6. Index with non-dynamic data, such as serial number, date/time, unique ID
and free-form user entry
3.4.3.7. Index large batches of scanned documents automatically by retrieving
additional index values from another database
3.4.3.8. Validate index values against a database, rules-based script, or host
application
3.4.3.9. Provide advanced forms/OCR/ICR processing
3.4.4. Scanning
3.4.4.1. The College currently has deployed Multi-Functional Printers (MFP) and
scanners from Hewlett Packard and other vendors that provide scanning
capability in a number of different departments. These range in capability
from an HP 9250 to a Bell + Howell 1400 and are specifically identified in an
appendix distributed with this RFP. When responding to the following
questions, please consider these devices as well as any other devices you
may recommend as part of your proposal. If other devices are being
recommended the vendor must provide rationale as well as specifications
and pricing.
3.4.4.2. Support centralized scanning operations
3.4.4.3. Support de-centralized scanning operations
Document Management System RFP
3.0 Functional Specifications Page 23
3.4.4.4. Receive faxes directly into system
3.4.4.5. Vendors must indicate what file format are supported
3.4.4.6. Function with the MFP devices deployed by the College as indicated
above
3.4.5.Computer Output (Report) Management
3.4.5.1. Accept basic and advanced print streams in ASCII, TXT, IBM AFP, Xerox
Metacode, PostScript and HP PCL formats
3.4.5.2. Monitor a different directory for each type of print stream
3.4.5.3. convert advanced print streams into searchable, non-proprietary PDF files
3.4.5.4. provide user access to select, formatted pages related to records in the
business application, such as a single invoice from a large print stream
3.4.5.5. Define a different set of graphical form overlays for each type of print
stream
3.4.6.User interface
3.4.6.1. Retrieve objects (images/documents) from anywhere via WAN, LAN, VPN or
intranet, or via the Internet (any TCP/IP route)
3.4.6.2. Retrieve documents directly from the business application based on the
user‘s context, without requiring programming changes to the application
3.4.6.3. Display documents side-by-side with records displayed in the business
application – including new integrated administrative system, FMIS and HRIS
(State of Maryland required applications).
3.4.6.4. Single-page viewing
3.4.6.5. Multi-page (MDI) viewing—display two or more pages simultaneously on
the user‘s screen.
3.4.6.6. View more than one document simultaneously—compare documents side-
by-side
3.4.6.7. Manual zooming—Zoom via ―lasso‖ (right-click mouse and drag over
desired section to zoom)
3.4.6.8. Panning—Adjust zoom position on an image via ―grab and drag‖ within
viewer
3.4.6.9. Automated zooming—viewer can auto-position on data needed in high-
volume situations.
3.4.6.10. Multiple zoom regions can be saved as reference
3.4.6.11. Create document notes such as keywords, sticky notes and other forms of
annotation
3.4.6.12. Rotate documents and save rotated views
3.4.6.13. Invert images (reverse black and white)
3.4.6.14. Reorder pages within a single document
3.4.6.15. Re-index, move, copy, and delete pages within a single document
3.4.6.16. Copy and move pages from one document to another
3.4.6.17. Interface with MAPI e-mail clients for ad hoc routing of multiple pages or
images via e-mail (outside of the imaging system‘s workflow)
3.4.6.18. E-mail multi-page TIFFs and allow renaming of file attachment
3.4.6.19. Jump to a specific page within a document
3.4.6.20. Automatically ―feed‖ users the next item to process
3.4.6.21. Performance: Consistent browsing and retrieval performance regardless of
document load
Document Management System RFP
3.0 Functional Specifications Page 24
3.4.6.22. Performance: Consistent browsing and retrieval performance regardless of
user load
3.4.7.Retrieval and Search
3.4.7.1. Provide integrated document retrieval directly from business application
3.4.7.2. Single-click access to documents from any customer/employee/vendor/
student record displayed (without keying any index data)
3.4.7.3. Manual image/object retrieval via simple index search
3.4.7.4. Partial index value search
3.4.7.5. Tree control for browsing search results or exploring the document
repository
3.4.7.6. Sort documents using multi-level document indexes—ascending,
descending, etc.
3.4.7.7. Build complex, multi-field queries using conditions such as AND, OR, LIKE,
range, exact match and wildcards
3.4.7.8. Save, load and execute queries from either the client or the server. For
each saved query, system lets users configure the way data is sorted upon
return. Saved queries can prompt users for a value to use when executing
the query. Saved queries can extract values from the business application
record displayed onscreen for integrated searches.
3.4.7.9. Full-text search the content of scanned images and more than 200
document formats, including Word, Excel, PDF, WordPerfect, HTML and
XML. Full-text query options include: wildcard searches, fuzzy searches,
sounds-like and phonetic searches, stemming and synonym expansion,
proximity searches, relevance ranking, and query-by-example.
Automatically highlights search terms found in the document.
3.4.7.10. Build and execute searches for enterprise/COLD reports. Display the page
that was requested first, allowing you to navigate to other pages in the
logical report.
3.4.8.Annotations
3.4.8.1. Customizable user options for annotations
3.4.8.2. Support for attaching OLE objects
3.4.8.3. Add, resize or delete (with security permission) annotations
3.4.8.4. Add sticky notes—The DIMS should record the date and time and the user's
ID. Users can append additional notes to existing sticky note annotations by
double-clicking a sticky note that appears on a document.
3.4.8.5. Add text comments
3.4.8.6. Highlight portions of a page
3.4.8.7. Apply red lines
3.4.8.8. Apply arrows
3.4.8.9. Apply hollow masks without altering original image
3.4.8.10. Apply solid masks (redaction)
3.4.8.11. Customize stamps
3.4.8.12. Audit trail for annotation creator (i.e., notes who created and date/time)
3.4.8.13. Ability to give specified users annotation create/delete abilities
Document Management System RFP
3.0 Functional Specifications Page 25
3.4.9.Printing
3.4.9.1. Print to any print device – as a standard desktop/network printing service
3.4.9.2. Print with or without annotations
3.4.9.3. Fax with or without annotations
3.4.9.4. Print single selected pages within a multi-page doc
3.4.9.5. Print multiple pages
3.4.9.6. Print just the viewable area
3.4.9.7. Option to print index values at top of each document page
3.4.9.8. Prevent document printing
3.4.10. Workflow
3.4.10.1. Workflow configuration administration without programming
3.4.10.2. Drag and drop graphical workflow design tool
3.4.10.3. Assign users to queues, assign rights to documents within queues and
develop document routing without writing any software code
3.4.10.4. Use workflow standalone, without integration into the business application
3.4.10.5. Workflow module integrated into standard, out-of-the-box offering
3.4.10.6. Automate workflow routing based on index, time and day, user, watermark
and more, with scripting.
3.4.10.7. Controllable user access to workflow – rights to queues, routing rules and
more
3.4.10.8. Automated watermark alarm triggers based on number of
documents/objects in queue
3.4.10.9. Time-based alarm triggers (based on duration of document in queue)
3.4.10.10. Alarm triggers prompt alarms (e-mail, visual, audible and pager) when
documents are received or alarm conditions met
3.4.10.11. Electronic object routing in addition to scanned paper (e-mail, fax, PDFs,
Office documents and more)
3.4.10.12. Capture of user actions and document flow—including the queues the
item has been in, every time it was touched by a user, the action taken and
additional relevant data captured for reporting
3.4.10.13. Automatically route documents based on any data element in the imaging
database or external RDBMS or ISAM data structure
3.4.10.14. Describe any workflows that are delivered with the application
3.4.10.15. Does your system have the ability to export/import workflows out of the
software as a means of sharing with other similar document imaging users?
3.4.10.16. Using the query tool provided within the document imaging solution,
describe if the software has the ability to query PeopleSoft data and make
routing determinations based off it.
3.4.11. Integration
3.4.11.1. Options for both programmatic and non-programmatic integration
3.4.11.2. Direct integration with any core business system without programming
3.4.11.3. Extended integration functionality allows placement of imaging application
icon in screens of our current business applications to prompt calls to the
imaging system. Use of scripting for advanced integration options such as
lookup value, set value, or open record in an external application
3.4.11.4. Non-programmatic integration with a character cell application delivered
via a terminal emulator
Document Management System RFP
3.0 Functional Specifications Page 26
3.4.11.5. Non-programmatic integration with a graphical, Windows-based
application
3.4.11.6. Non-programmatic integration with a browser-delivered application
3.4.11.7. Non-programmatic integration with ―virtual‖ (Citrix, VMWare, etc…)
deployed applications
3.4.11.8. Prior history of integration with PeopleSoft solutions
3.4.11.9. Prior history of integration with Oracle solutions
3.4.11.10. Prior history of integration with home-grown, custom applications
3.4.11.11. Ability to demonstrate your integration capabilities during the sales process
by performing an actual integration demonstration
3.4.11.12. Optional integration via Web services
3.4.11.13. Describe the integration technology needed to interface the document
imaging software with PeopleSoft as it pertains to data transfer from
document imaging software to PeopleSoft and from PeopleSoft to
document imaging
3.4.12 Interoperability
3.4.12.1. Web services-based data exchange with external applications over
firewall-friendly HTTP or HTTPS
3.4.12.2. Place documents in workflow process from any location, using any
Windows-based business application
3.4.12.3. Develop interactive applications using standards such as SOAP, XML and
WSDL
3.4.12.4. Allow development of interactive applications based on Web Services
Interoperability (WS-I) standards, maximizing options for development
environments and platforms
3.4.12.5. Asynchronous messaging option to reduce complexity of real-world
integration projects
3.4.13. Reporting
3.4.13.1. Supports pre-developed reports, custom reports and run-time report viewer.
3.4.13.2. Allow user-defined reports via ODBC compliant reporting tools
Document Management System RFP
5.0 Applications Profile Page 27
SECTION 4: TECHNICAL REQUIREMENTS
Offeror Response: This is a list of the technical areas that the Offeror is asked to address in the
proposal. If the response is different and/or dependent upon the use of one or more specific
operating environments (systems) offerors should indicate which system and provide separate
responses for each operating environment to be considered.
4.1 SYSTEM ADMINISTRATION
1) Graphical administrator interface
2) Configure all server parameters in one place
3) Option for automatic distribution of capture and device profiles
4) Instant message all users or just users in a particular workflow application
5) Automatically log off users after specified amount of time
6) Disable user accounts without deleting them
7) Give multiple users permission to a workflow queue in one step
8) Add multiple users to a group in one step
9) View real-time interaction between logged-on clients and the server for real-
time auditing and troubleshooting
10) Monitor specific clients for auditing purposes
11) View all databases tables directly from the console logically, along with their
properties
12) View server log files from the administrative GUI
13) Graphical wizard for repository setup (mirroring, spanning, set creation, tree
creation, tree priority)
14) Add new users in bulk from the local machine
15) Add new users in bulk from the Windows domain
16) Add new users in bulk from an LDAP server
17) Add new users in bulk from a text file
18) No administrative database effort required on native database platform
4.2 SERVER
1) N-Tier, client/server design with a 32-bit server application that supports
centralizing or distributing processes via any combination of Microsoft or UNIX
server platforms.
2) Vendor must indicate how many instances of the system the College may run
with its license (i.e. production, test, development)
3) Integrates with domain security for user ID and password validation
4) Does NOT require drive mapping from client for storage of objects
5) Does NOT require drive mapping from client for retrieval of objects
6) Stores data objects in a non-proprietary format
7) Stores general binary data object such as word processing file, spreadsheet
and digital images in original formats
8) Server-side tools support calls to host-based systems for data validation,
retrieval or update, to support advanced functionality, COM, scripting,
command-line tools
9) Support for different long-term storage options, e.g. RAID and
magneto/optical
10) Support for non-proprietary near-line or offline storage (hierarchical storage
Document Management System RFP
5.0 Applications Profile Page 28
management)
11) All metadata structures available via ODBC
12) Database deployment options include Oracle, SQL, etc.
4.3 CLIENT
1) Both thick and thin client options
2) All client viewer options can be deployed locally or remotely
3) Supports retrieval from anywhere via WAN, LAN, VPN or intranet, or via the
Internet (any TCP/IP route)
4) Supports workstations running on Windows XP Professional and Windows Vista
5) Retrieve documents via these browsers: Internet Explorer, Mozilla FireFox, and
Apple Safari
6) Encrypted communication between client and server
7) 32-bit application
4.4 SYSTEM AUDITING
1) Configure multiple audit templates, via a GUI, to log imaging system functions
(such as who viewed, deleted, or re-indexed an object, where the user
connected from, when the user performed the action, and their session
information)
2) Unlimited audit templates
3) Designate specific users and groups to each audit template
4) Export audit files as text or XML
4.5 STORAGE
1) Store scanned data objects in industry standard file formats with no
proprietary information that would preclude access from third-party tools
2) Does not use proprietary data storage methods that would preclude access
from third-party tools
3) System supports common file types
4) Supports multiple storage devices including hard drive, RAID, NAS, SAN or
optical
5) Supports the use of a Hierarchical Storage Management (HSM) solution
6) Support for multiple object stores—Create separate object storage structures
that can be subdivided by virtually any logical construct
7) Support for spanning object stores—Represent several physical drives as one
logical drive, allowing a single designated storage area to be much larger
8) Support for mirroring object stores—Distribute duplicate object storage
structures to multiple sites
9) Support for data set management—Move, copy and delete object store
structures based on business rules
4.6 SECURITY
1) Encrypts data between viewer and server
2) Supports 128-bit Triple DES encryption
3) Access control via user ID and passwords
4) Access control via document group and logical filing hierarchy
5) Access control via deferral to host application security
Document Management System RFP
5.0 Applications Profile Page 29
6) Access control via workflow queue—Option to allow users access to only
those documents currently residing in workflow queues to which they have
permission
7) User validation against network domain
8) Administrator-configurable, time-based automatic user log-off
9) HIPAA support for electronic data security guidelines
10) Supports privilege-based security for individual users, such as the ability to
delete, copy, move, print, fax, link, scan, search or view documents
11) Describe how your document imaging software leverages or takes
advantage of pre-established PeopleSoft security (ie use of PeopleSoft roles,
etc)
12) Audit tracking, supervisory and management reporting capabilities
13) Support for local domain, network domain, LDAP and SQL Server
authentication
4.7 LICENSE
1) How is your product licensed? Vendors must provide metrics used to
determine pricing to the college and indicate how often these metrics are
reviewed.
2) What is included in this license? Please detail any features such as
maintenance and implementation or additional installations.
3) Please detail any discounts available for higher education customers.
4) What is the duration of the license and the annual renewal cost?
5) Are major product upgrades or revisions included in the license?
6) Does the license include the product source code or development tools?
7) Are there any client, server or third party licenses required for a fully
functioning implementation of your product? If so, please detail the costs for
each.
8) Are there any other potential costs incurred during an implementation of your
product?
4.8 MAINTENANCE AND SUPPORT
1) What kind of maintenance and support packages do you offer? Please
include detail for online, email, and phone support, as well as hours of
availability for each type.
2) Vendors must describe what kind of documentation is provided, how it is
made available, and how it is maintained and kept up-to-date.
3) Where is the support team based?
4) What is the average support response time?
5) What is the process for reporting bugs?
6) What is the communication policy for patches, hot fixes, and upgrades?
7) Is there installation support for patches, hot fixes, and upgrades?
4.9 TRAINING
1) What training programs are available for administrators and developers for
your product?
2) What are the available training formats (Online, Classroom, On Site)?
3) What training programs are available for end users or content creators for
Document Management System RFP
5.0 Applications Profile Page 30
your product?
4) What are the available training formats?
5) Is documentation for your product available?
6) What are the available documentation formats?
4.10 SYSTEM ARCHITECTURE
1) Please provide a detailed overview of your products system architecture,
including hardware requirements.
2) Does the proposed system require a separate application server(s)?
3) What standards does your program support?
4) What programming language is your product developed in?
5) What scripting languages does your product support?
6) Please detail your product‘s support for business continuity and failover and
list any associated costs. If possible, provide a system diagram for a Dual Data
Center environment.
7) Vendors must provide recommendations regarding server sizing or other
hardware logistics related to the installation and implementation of their
proposed system.
Document Management System RFP
5.0 Applications Profile Page 31
SECTION 5.0 PILOT IMPLEMENTATION PROJECTS Provided below are brief descriptions of the scope planned for three pilots with which the
College will begin its implementation of an Electronic Document Management System. These
three processes are currently in production at the College and would be the first that would use
the new Document Management System. Based on these descriptions, vendors must:
Describe their methodology for implementing their system to accommodate the
three pilot projects specified;
Provide brief description of the project plan that would be used to accomplish
this work;
Provide their expectations in terms of college resources to accomplish this work,
Provide an estimated timeframe for completion of this work. And
Provide an estimate as to the level of implementation services the vendor would
propose to fully implement the pilots.
5.1 FINANCIAL AID Create a financial aid ‗package‘ that contains all information for the College
to verify and determine the eligibility of the recipient for aid.
Create a workflow as the each document or set of documents is entered into
the system to notify staff that the file has been updated.
Create a workflow to have the file approved and then packaged for
disbursement.
Describe how fields would be automatically populated within an ERP system.
5.2 HUMAN RESOURCES Receive timesheet to a central location within Human Resources and imaging
(in batch) timesheets received.
Link image to appropriate individual in a manner that is accessible in
conjunction with the HRIS from the State of Maryland.
Review a history of all timesheet images provided by the employee.
Print report of all timesheets received.
Print report of all missing timesheets for a time period.
5.3 ACCOUNTS PAYABLE Receive invoices to a central location within accounts payable
Image invoices in received batches
Index invoices by vendor, purchase order/p-card number, department,
account number
Email notification to department for review/approval
Display review notations and/approvals
Note approvals in system
Email notification to accounts payable to release or not release payment
Email notification for non-response from department
Report/notification for those invoices with no response
Report/notification to departments with no response
Email notification to accounts payable with questions/notations on invoice
Document Management System RFP
6.0 Project Management Page 32
SECTION 6: PROJECT MANAGEMENT
6.1 PROJECT MANAGEMENT METHODOLOGY
The Offeror should describe its approach to managing the project, including, if applicable, the
provision for a dedicated, experienced Project Manager. The proposed project manager would
be accountable for all software services and deliverables provided under the Contract resulting
from this RFP, would ensure the on-time delivery and successful deployment of a functioning
system that meets the college‘s requirements and determine the successful ongoing operation
of the solution. As part of its project management approach, the Offeror should describe the
project management tools, standards, controls, and procedures that will be utilized to create a
proven, reliable process to deploy the system. This section should also include a brief description
of the Offeror‘s approach for managing the project on a daily basis.
The intent of this section is to provide assurance to the college of the Offeror‘s demonstrated
ability to manage large, complex enterprise software projects in a manner that ensures quality,
project success, long-term viability, and lowest cost of ownership.
6.2 PROJECT WORK PLAN
This section should include a comprehensive project work plan that addresses an approach that
is most beneficial to the college and takes into consideration the unique timelines and
calendars of an academic institution. The work plan should include tasks to be performed by
college personnel, as well as tasks requiring collaboration between college and Offeror
personnel. It should include as much detail as possible, although it is understood that some tasks
are dependent on the results of other tasks.
The following standards apply to the work plan:
Project management activities should be documented in the work plan.
The work plan should outline a plan for the entire project.
The work plan should include dependencies, critical paths, and resources (both Offeror
and college staff) assigned to each task.
The work plan should include all deliverables that support the Proposed Methodology
and Approach.
Estimated work effort should be shown for each task, although tasks assigned to college
staff may be duration driven.
Appropriate milestones should be identified in the work plan to gauge the project‘s
progress toward meeting desired target completion dates.
Any assumptions made in developing the work plan should be included in this section.
The work plan should be accessible via Microsoft Project 2003®, and should be included in
electronic (Microsoft Project) format (do not submit in PDF format only). Printed copies of the
proposal should also include a high-level timeline in Gantt chart format.
Document Management System RFP
6.0 Project Management Page 33
The Offeror should also provide a Staffing Plan that addresses each of the Offeror‘s project staff
as well as the college oversight committee, project director, team leaders and one.
representative extended team member per functional area (e.g., student, student accounts,
financial aid, faculty, advising, etc.). The Staffing Plan should show the plan of usage (days per
month) on a monthly basis for each resource over the period of the project. The Staffing Plan
should be included in Microsoft Excel format (do not submit in PDF format only). Costs should be
reflected in the Cost Proposal schedules.
During implementation, the Contractor‘s Project Manager should monitor and update the
project plan, revising and developing further detail as appropriate. The Contractor‘s Project
Manager should provide weekly updates to the college project leadership for the duration of
the project. The work plan should allow a minimum of ten (10) business days for college staff to
review, request changes, and/or approve deliverables. Deliverables requiring higher levels of
approval should allow additional time for review
6.3 STATUS REPORTING
The Offeror should describe its approach for project status reporting. At a minimum, the college
requires that weekly status reports be provided that reflect the major activities for the reporting
period. As part of the Offeror‘s approach to status reporting, the college will expect weekly
participation in status meetings with the college project team. Project management should use
the status report to monitor project activity and to detect potential problems or delays. The
weekly status report should serve as the agenda for the status meetings. Topics to be covered
include:
A listing of significant departures from the Master Work Plan with explanations of causes
and strategies to achieve realignment;
A listing of tasks completed since the last report;
Tasks that were delayed and reasons for delay;
Planned activities for the next scheduled period;
Summary of major concerns or issues encountered, proposed resolutions and actual
resolutions; and
Any other topics that require attention from the college‘s project manager.
6.4 ISSUE RESOLUTION The Offeror should describe its approach to issue identification, tracking, and resolution. This
discussion should include the use of any tools or techniques that are integrated into
configuration management, software change control, and the overall project management
methodology. Topics to be addressed in this section include:
Issue identification;
Issue tracking;
Issue review and prioritization;
Issue analysis;
Issue resolution; and
Issue escalation.
Document Management System RFP
6.0 Project Management Page 34
After award, the college and the Offeror should agree on a protocol for collaboratively
resolving implementation issues. This protocol should address the topics above, responsible
parties, and specific steps to be taken on issues or disputes arising during the implementation
process.
6.5 PROJECT CONTROLS, STANDARDS, AND PROCEDURES
The Offeror should describe its proposed project controls, standards, and procedures for all
project tasks. These items should be reviewed and approved by the college‘s project leadership.
This requirement includes, but is not limited to:
Managing project documentation – Offeror should describe templates used
(configuration, design specifications, test scenarios, change request, etc.); organization
of project directories; naming conventions; and version control procedures.
Meeting procedures – Offeror should describe techniques to ensure that meetings are
efficient, productive, and results are adequately documented.
Development standards – Offeror should describe standards and procedures for design
specifications, review processes, unit testing, and other controls to ensure the quality and
consistency of custom design and development.
Software change control procedures – Offeror should describe the procedures and/or
automated tools that will be employed to ensure the integrity of programs and
configuration settings developed to support the solution. If automated tools are used
during the project, indicate whether the tools are included in the licensing costs.
Scope management – The Offeror should describe its scope control processes to ensure
that work is not performed on out-of-scope features, functions, or tasks until the college
grants authorization in writing.
6.6 RISK MANAGEMENT PLAN AND PROCEDURES
The Offeror should describe its approach to identifying and assessing potential risks to the project
as well as identifying and managing actions to avoid, mitigate, or manage those risks. The
Offeror should include the provision of the appropriate methods, tools and techniques for active
identification and assessment of project risks; development of risk avoidance, mitigation, or
management strategies; and monitoring and reporting of risk status throughout the life of the
project.
Document Management System RFP
7.0 Implementation and Support Page 35
SECTION 7: IMPLEMENTATION AND SUPPORT
The true success of converting to a Document Management System is in the implementation
process. The implementation process must combine hardware, software, network infrastructure,
desktop computing, system interfaces, software customization, data conversion, testing and
debugging, training, and follow-up evaluation. A successful implementation requires a
synergistic partnership among BCCC ‗s end users, technical staff, administration, and the
vendor.
During the implementation, BCCC expects a productive, working relationship with the vendor,
implementer and related parties, and anticipates the relationship will continue for the life of the
system.
Offeror Response: The Bidders are asked to respond separately to specific items and provide
supporting documentation as requested in this section. The Bidder is also invited to describe the
proposed approach to the implementation process and services. Implementation costs will be
itemized as a separate item in the ―Five-year Cost of Ownership‖ section of this Request for
Proposals.
Section Definitions
Support Staff - All vendor personnel who will be involved in the project through the
life of the installed system, including but not limited to: those who assist in project
definition, implementation, installation, and evaluation; vendor/institution liaisons;
on-site technical support; remote technical support; training and consulting;
vendor management and sales staff.
The Institution - Baltimore City Community College (BCCC).
General
1 Has your support staff worked with a Maryland community college like BCCC?
Answer:
2 For your staff that would support BCCC, list their area of expertise and the
institutions they have worked at.
Answer:
3 Explain how you would use a team approach for implementation and support
services to ensure that a consistent working relationship is established between
BCCC and your company.
Answer:
4 How do you evaluate and adjust your services based on client input and needs?
Answer:
5 Describe your project management techniques designed to guarantee the
timely delivery of services.
Answer:
6 When and how are project milestones developed?
Document Management System RFP
7.0 Implementation and Support Page 36
Answer:
7 Are you continually developing new implementation methodologies to meet
client demands? Explain.
Answer:
8 How do you use advances in technology to improve the efficiency and
effectiveness of your service and support staff? Provide examples.
Answer:
9 How do you make sure your service and support staff are dedicated to
developing long-term relationships with each client?
Answer:
10 Please graphically present your customer support structure, documenting the
various entry points and recommended access routes for specific service request
types such as: end user functionality; end user technical; module specific issues;
installation issues; and technical support issues. Please indicate expected
response times and whether access is controlled (username and password
access) or open access. Entry points could include but should not be restricted
to telephone, email, website, user group, and subscriber lists.
Answer:
Bidder‘s Comments:
Implementation Management
11 Describe your communications and change management strategy.
Answer:
12 It is likely that BCCC will have a full time project manager for the software
implementation. Describe your project management philosophy and
methodology and how you would work with BCCC ‗s project manager, including
the interface to any other party (i.e. hardware manufacturer or their authorized
representative). Implementation Methodology manuals/documents must be
included with your response to the Request for Proposals.
Answer:
Bidder‘s Comments:
Implementation Planning Services
13 Will your company or a third party develop the implementation plan jointly with
BCCC assigned personnel? Please describe your methodology.
Answer:
14 Describe your proposed project planning activities.
Answer:
15 Provide an estimated implementation schedule showing graphically the general
tasks and major milestones including realistic dates for each of the
modules/systems proposed.
Answer:
16 How would your company work with BCCC to develop a realistic implementation
schedule, based on our priorities and our criteria for success?
Answer:
Document Management System RFP
7.0 Implementation and Support Page 37
17 Does your company provide project management training for BCCC ‗s project
teams responsible for implementing the system?
Answer:
18 Will a full time vendor Project Manager be assigned for the life of the project?
Answer:
19 Will a part-time Assistant Project Manager serve in the role of back up to the
project manager as well as serve the role of a ―second opinion expert‖?
Answer:
20 How and when would your company work with BCCC to identify implementation
teams?
Answer:
21 How would you ensure that training and consulting dates and times are
scheduled cooperatively with BCCC?
Answer:
22 How will you ensure that sufficient startup time be allocated to include enough
time for training, testing, and going live with each module?
Answer:
23 Is progress toward meeting the goals established in the implementation project
plan monitored by your company? If so, how?
Answer:
Bidder‘s Comments:
Implementation Support Services
24 Will BCCC be provided with implementation handbooks for the implementation
team? Please provide examples.
Answer:
25 How will the client support representative maintain contact with the project
managers to ensure implementation is going according to plan?
Answer:
26 Are there periodic on-site visits to BCCC by an executive from vendor
management as part of the implementation plan and at no additional cost? If
so, what is the frequency?
Answer:
27 How does the client support representative track all services being provided to
the client and recommend additional consulting or training services when
appropriate?
Answer:
28 Will BCCC be provided a monthly report listing consultant dates worked on the
project, hourly rates, detailed travel expenses and a total of the expenditures to-
date? If yes, provide a sample report.
Answer:
29 Would BCCC have the option of requesting an on-site project manager for the
duration of the implementation as the single point of contact? If so, at what
cost?
Answer:
30 Would BCCC have a right of approval/refusal before assigning an on-site project
manager?
Answer:
Document Management System RFP
7.0 Implementation and Support Page 38
31 Would BCCC have the ability to have the project manager replaced during the
contract period?
Answer:
32 Describe the activities required to assist users in defining business rules,
operational parameters, application system code tables, and any other
implementation decisions necessary to implement the system according to the
institution‘s requirements.
Answer:
33 Describe the tools, methodology and services you would use to expedite the
implementation process, i.e. a rapid implementation process.
Answer:
34 If critical target dates published in institution-sanctioned project plans are not
met, what processes are utilized by the vendor to get the project back on track?
Answer:
35 If requested, can your company provide personnel with specialized functional
expertise to assist BCCC staff in its transition? (This may include staff in areas such
as the Registrar, Admissions, Finance and Alumni/development.
Answer:
36 As consultants assist BCCC with various installation, implementation, and
conversion tasks, how would you facilitate knowledge transfer for the BCCC
technical staff?
Answer:
Bidder‘s Comments:
Delivery Integration Services
37 As part of the implementation planning process, the vendor‘s Implementation
team will be asked to perform an assessment of BCCC ‗s readiness prior to
beginning the installation of the new software solution. The purpose of the
assessment will be to provide BCCC a report to make sure that the current
operation environments, layouts and operational facilities meet vendor
requirements. Potential problems and assurance of delivery and installation by the
vendor will be accomplished during this period. Following this activity, an
installation schedule will be developed. Please describe your experiences with
and your approach to this activity.
Answer:
Document Management System RFP
8.0 Requirements for Proposal Page 39
Preparation
SECTION 8: REQUIREMENTS FOR PROPOSAL PREPARATION
8.1 TRANSMITTAL LETTER
A transmittal letter prepared on the Offeror‘s business stationery shall accompany the Technical
proposal. The purpose of this letter is to transmit the proposal; therefore, it should be brief. The
letter shall also acknowledge any addenda to the RFP that were received. The letter shall also
communicate any exceptions to the RFP. The letter shall contain the title of the solicitation,
include the Offeror‘s name, federal tax identification or social security number and address, and
shall be signed by an individual who is authorized to bind the firm to all statements, including
services and prices contained in the proposal.
8.2 PROPOSAL FORMAT
Two Part Submission: Offerors MUST submit Technical and Financial Proposals in separate sealed
envelopes in the following manner:
i One original and four copies of the Technical Proposal in a sealed envelope
clearly labeled ―Technical Proposal,‖ with CD included (See 1.5) and
ii One original and four copies of the Financial Proposal in a sealed envelope
labeled ―Financial Proposal.‖
iii Each envelope shall be labeled with the Offeror‘s name and business address,
due date/time for receipt of proposals and title and solicitation number of the
RFP.
8.3 VOLUME I: TECHNICAL PROPOSAL
Technical proposals must be submitted in a separate sealed package labeled "Technical
Proposal" and must bear the Offeror‘s name and business address, due date/time for receipt of
proposals and title and solicitation number of the RFP on the outside of the package. Inside this
package an original, four (4) copies and CD shall be provided. The technical proposal shall
include:
8.3.1 EXECUTIVE SUMMARY
The Offeror shall condense and highlight the contents of the Technical Proposal in
a separate section titled "Executive Summary." The Offeror shall clearly
demonstrate an understanding of the objectives and goals of the college in this
RFP, and an understanding of the functional and technical requirements, as well
as the scope of work. This summary shall contain a brief synopsis of the contents
of the entire proposal. It should also include an analysis of the effort and
resources that will be needed to realize the college‘s objectives.
8.3.2 FUNCTIONAL REQUIREMENTS
This section shall provide a detailed discussion of the Offeror's standard software
capabilities and approaches to address the requirements outlined in Section 3 of
this RFP. It shall fully explain how the proposed Document Management System
will satisfy each of the functional requirements listed in this RFP and how or to
Document Management System RFP
8.0 Requirements for Proposal Page 40
Preparation
what extent it will facilitate interfaces with others systems in use at BCCC
including the State FMIS systems. Any particular strengths or weaknesses that may
require customization should be identified and explained.
8.3.3 TECHNICAL REQUIREMENTS
This section shall provide a detailed discussion of the Offeror's response to the
technical requests and questions contained within Section 4 of this RFP. This
section shall fully explain options for hardware, data base and infrastructure
required to support the proposed Document Management System . System
architecture, development, integration and reporting tools should be addressed
along with responses to all specific questions presented in this RFP.
8.3.4 PILOT PROJECTS
This section shall provide a response to the detailed discussion of the Offeror's
response to the technical requests and questions contained within Section 5 of
this RFP. Specifically it must:
Describe the methodology for implementing their system to accommodate
these three pilot projects specified;
Provide brief description of the project plan that would be used to
accomplish this work;
Provide their expectations in terms of college resources to accomplish this
work,
Provide an estimated timeframe for completion of this work. And
Provide an estimate as to the level of implementation services the vendor
would propose to fully implement the pilots.
8.3.5 PROJECT PLAN
This section shall provide a detailed discussion of the Offeror's recommended
plan for implementation of the software systems being proposed. The Project Plan
shall fully explain how the vendor proposes to implement the Document
Management System within the context of other systems currently in use.
considering the need to integrate and/or interface with these systems so as not to
disrupt day to day operations within the college.
The Offeror will develop and deliver a preliminary written project plan using
structured project management techniques with clearly marked milestones and
deliverables for all phases of the project. The plan shall describe
how and when each implementation stage will be accomplished,
timeframes for training, meetings, etc.
data conversion techniques and expectations,
testing and live cutover, and
Document Management System RFP
8.0 Requirements for Proposal Page 41
Preparation
status reports and issue resolution
The project plan should address the project management methodology as well
as all significant factors described in Section 6 of this RFP.
8.3.6 IMPLEMENTATION AND SUPPORT
Offerors should include a description of their proposed approach to the
implementation process. Responses should address all requests and questions
contained in Section 7 of this RFP.
8.3.7 EXPERIENCE AND QUALIFICATIONS
8.3.7.1. CORPORATE BACKGROUND AND EXPERIENCE
Offerors should include information on their corporate organization (history, years
in business, size, financial soundness, etc.), experience and skills regarding the
Offeror‘s track record, reputation and past client performance that indicates the
capabilities for successful implementation of the proposed systems services.
Provide examples of similar major projects that demonstrate Offeror‘s experience,
qualifications, innovative solutions, and skill sets that enabled it to perform the
necessary tasks.
BCCC is looking for the following in submitted proposals:
Description of the Offerors‘ experience with similar, complex higher
education organizations, in particular, experience with community
colleges,
Demonstrated expertise and innovative solutions specific to examples
with similarly situated clients
8.3.7.2. PROJECT MANAGEMENT TEAM
Provide a description of the general organization of the Project Management
Team that the Offeror will commit to BCCC for the term of this agreement. BCCC
realizes that the size and structure of the team may vary depending upon the
final provisions of the agreement. Therefore, Offerors are encouraged to provide
a ―benchmark‖ organization from which specific services or functions can be
found in the proposal, where applicable, to satisfy RFP requirements. The
organization description should address the following:
Team organization
Description of team positions and functions
Indicate number of staff to be assigned on a full or part-time basis
Define location of team members
Provide ―blind‖ (no names) resumes for all members
Document Management System RFP
8.0 Requirements for Proposal Page 42
Preparation
8.3.7.3. REFERENCES
A minimum of three references must be included from other colleges. for which
the proposed systems have been implemented. Each reference should identify
the name of the organization, a point of contact, and telephone number. The
Issuing Office shall have the right, as part of the evaluation and selection process,
to contact these or any other reference of its choosing, as it deems appropriate.
8.3.7.4. MARYLAND CONTRACTS WITHIN THE PAST FIVE YEARS
The Offeror shall list the contracts that it has had over the past five years noting
the following information for each: Contract number; State Agency; Contract
term; Amount; Description of Service; Agency contact and Phone number.
8.3.8 ECONOMIC BENEFIT TO THE STATE OF MARYLAND
The Offeror shall describe the benefits that will accrue to the Maryland economy
as a direct or indirect result of the Offeror's performance of the contract resulting
from this RFP. Consultant Economic benefits include:
The contract percentage to be recycled into Maryland's economy in support
of the contract. Offerors should be as specific as possible and provide a
breakdown of expenditures in this category.
The number and types of jobs for Maryland residents resulting from this
contract. Indicate job classifications, number of employees in each
classification, and the aggregate payroll to which the Offeror has committed.
Tax revenues to be generated for Maryland and its political subdivisions as a
result of this contract. Indicate tax category (e.g., payroll taxes, sales taxes).
Provide a forecast of the total tax revenues.
In addition to factors listed above, the Offeror should explain any other
economic benefits to the State of Maryland that would result from the
Offeror's proposal.
8.3.9 SUB-CONTRACTORS
Identify all sub-contractors, including MBEs, and their role in your proposal.
8.3.10 REQUIRED SUBMISSIONS
(i) Bid/Proposal Affidavit - Attachment B
(ii) Certified MBE Utilization Affidavit Form
8.4 VOLUME II: FINANCIAL PROPOSAL
Under separate sealed cover from the technical proposal and clearly identified with the
proposal title and number, and clearly marked ―Financial Proposal,‖ the Offeror must
submit an original and four (4) copies of the financial proposal. The financial proposal
must contain all cost information in the format specified in Appendix A of this RFP.
Document Management System RFP
9.0 Evaluation and Selection Page 43
Procedure
SECTION 9: EVALUATION AND SELECTION PROCEDURE
9.1 EVALUATION COMMITTEE
The evaluation of proposals will be conducted by a committee established by the BCCC Board of
Trustees. During the selection process, this evaluation committee may request technical
assistance from any source. Technical proposals will be reviewed by the evaluation committee
and evaluated in accordance with the criteria listed in Section 9.5 below. In evaluating the
proposals, technical merit will receive greater weight than price.
9.2 RECIPROCAL PREFERENCE – RESIDENT BIDDER
As described in COMAR 21.05.01.04, a resident business preference will be given if: a responsible
Offeror whose principal base of operations is in another state submits the most advantageous
offer, the other state gives a preference to its residents through law, policy, or practice, and the
preference does not conflict with a federal law or grant affecting the procurement Contract.
The preference given shall be identical to the preference that the other state, through law,
policy or practice gives to its residents.
9.3 QUALIFYING PROPOSALS
Qualifying proposals are those proposals received from responsible Offerors that are initially
classified by the Procurement Officer as reasonably susceptible for award.
9.4 SELECTION PROCESS
The first step in the process will be to assess the Offeror‘s compliance with requirements as set forth
in Sections 3 and 4 of the RFP. Offerors who fail to meet the basic requirements may be
disqualified and their proposals may be eliminated from further consideration.
The next level of review will be an evaluation for technical merit. Offerors whose Technical
Proposals are judged to be not reasonably susceptible of being selected for award will be notified
in writing.
After a review of the Technical Proposals of all qualified Offerors, the Procurement Officer may
conduct discussions. The purpose of such discussions will be to assure a full understanding of the
college‘s requirements and the Offeror‘s ability to perform. The Financial Proposal of each
qualified Offeror will be distributed to the Evaluation Committee for analysis following the
completion of the technical evaluation. A second round of discussions may be held at this time to
obtain the best price and to facilitate arrival at a Contract that will be most advantageous to the
college.
Offerors must confirm in writing any substantive oral clarification of their proposals made in the
course of discussions. The Procurement Officer and select members of the evaluation Committee
may elect to conduct site visits to other colleges currently using the proposed systems. When in
the best interest of the State, the Procurement Officer may permit Offerors who have submitted
acceptable proposals to revise their initial proposals and submit, in writing, best and final offers.
Upon completion of all discussions and negotiations, the Procurement Officer will recommend
award of the Contract to the responsible Offeror whose proposal is determined to be the most
Document Management System RFP
9.0 Evaluation and Selection Page 44
Procedure
advantageous to the college considering evaluation and price factors as set forth in this RFP.
9.5 CRITERIA FOR TECHNICAL EVALUATION
The objective of Baltimore City Community College is to select the most efficient software system
that best meets our needs today, and provides for future growth and technology. A committee
will evaluate the proposals on the basis of the following criteria (not necessarily listed in order of
importance):
9.5.1 Cost: Although total cost of ownership is one of the most important factors in
determining the successful vendor, it is certainly not the only consideration. Evaluation of
the total cost of the system over a five-year period, including, but not limited to,
hardware, add-on software, maintenance, training, third party products, required
college staffing, and implementation support services will be weighted heavily in the
decision process. The successful vendor is expected to agree to a payment schedule
that corresponds with the college implementation schedule. The college will also
evaluate the value that the product will add to the institution.
9.5.2 Application Software: How well the proposed integrated application software
meets the total needs of BCCC, as determined by the vendor‘s response to the RFP,
information obtained from demonstrations and other vendor clients.
9.5.3 Technical Environment: Evaluation of the client and server operating systems, as
well as tools used for online queries and ad hoc report generation. The college will take
into account system complexity, age of technology; support staff needed to maintain
the environment, and impact on the current computing environment. Favor will be
given to those Offerors that preserve the current investments in technology and
knowledge.
9.5.4 Implementation Strategies: The college will be looking for efficiencies and
methodologies associated with implementation. The ability of the Offeror to establish
and maintain a partnership with current clients will be evaluated. Thoroughness,
including disclosure of associated implementation and training needs will be an integral
part of this decision.
9.5.5 Future Products: Consideration will be given to Offerors who can demonstrate
their vision, based on the development of new products that will enhance their existing
software with technological innovations.
9.5.6 Offeror Quality: Evaluation of the Offeror‘s long-term growth, and dedication to
quality and client satisfaction.
9.5.7 Commitment to Higher Education. Evaluation of the Offeror‘s commitment to
the higher education marketplace, including the Offeror‘s client retention rate.
9.5.8 Financial Stability: Evaluation of the Offeror‘s long-term financial stability,
including financial statements, Dunn & Bradstreet ratings, and position in the market
place.
9.5.9 Offeror Support: Evaluation of the support the Offeror can provide BCCC in terms
of software upgrades, timely fixes, training, documentation, transition planning, and
system implementation support.
Document Management System RFP
9.0 Evaluation and Selection Page 45
Procedure
9.5.10 Users Groups: Evaluation of the Offeror‘s commitment to and support for Users
Groups, especially those dedicated to institutions of higher education.
9.5.11 Vision: How well does the overall application software integrate into the long
term vision of the college.
9.6 FINANCIAL EVALUATION
The separate cost volume of each qualifying proposal will be distributed to the Committee
following the completion of the technical evaluation. The Committee will determine the ranking
based on the highest to the lowest with ability to demonstrate implementation of services.
9.7 BEST AND FINAL OFFERS
When it is deemed in the best interest of the State, the Procurement Officer may permit qualified
Offerors to revise their initial proposal by submitting a Best and Final Offer. The Procurement
Office shall notify each qualified Offeror of the scope of the requested Best and Final Offer, and
shall establish a date and time for their submission. The Procurement Office may require more
than one series of Best and Final Offers and discussions if the agency head or designee makes a
determination that it is in the State‘s best interest to do so. If more than one Best and Final Offer
is requested, an Offeror‘s immediate previous offer shall be construed as its best and final unless
the Offeror submits a timely notice of withdrawal or another Best and Final Offer. The
Procurement Officer may consult with and seek recommendation of the Evaluation Committee
during the best and final offer process.
9.8 DEBRIEFING OF UNSUCCESSFUL OFFERORS
Unsuccessful Offerors shall be debriefed upon their written request, provided the request is made
within a reasonable period of time after receiving notice of not being recommended for award
from the Procurement Officer. Requests for debriefings shall be honored by the college at the
earliest feasible time after the request is received. Debriefings shall be held in accordance with
COMAR 21.05.03.06.
9.9 FINAL EVALUATION AND RECOMMENDATION FOR AWARD
The Committee will make a recommendation to the Procurement Officer for award of the
contract to the qualified Offeror whose proposal is determined to be most advantageous to the
State based on the results of the final technical and financial evaluations.
Contract award, if any, resulting from the RFP is subject to appropriate State approvals. Awards
exceeding $200,000 require approval of the State Board of Public Works.
Document Management System RFP
10.0 Schedule of Events Page 46
Section 10: SCHEDULE OF EVENTS
Release RFP Date
Initial written questions from Offerors Date
Responses to Offeror questions mailed Date
Mandatory Offeror conference Date Time
Deadline for all Offeror questions Date
Responses to all questions mailed Date
Deadline for RFP proposals Date Time
Steering Committee meeting Date Time
(select semi-finalists)
Notify Offeror semi-finalists On or before Date
Offeror demos, 2 days each Date through Date
Steering Committee meeting Date Time
(select finalists)
Client site visits Date through Date
Steering Committee meeting Date Time
Board meeting (final decision) Date
Other Activities Read and evaluate Offeror proposals Date Through Date
Develop demonstration scenarios Date Through Date
Call Offeror client references Date Through
Document Management System RFP
Appendix A Page 47
APPENDIX A: PRICE PROPOSAL FORM Document Management System
Bid/Proposal Number: ############
Bid Due Date: MM/DD/YYYY
Offerors (Vendors) may propose alternative configurations within the Cost Proposal which address optional products or services, so
long as they are clearly identified and can stand alone in comparison with one another, or with other Offeror proposals. Responses
may include information supplemental to this form but MUST include at least one 5 year cost of ownership matrix in this format.
Five-year Cost Of Ownership
Offeror Response: Please include all one-time and on-going costs associated with a successful implementation and operation. Feel
free to add rows and attach supporting detailed materials. Hardware need not be included IF the offeror provides complete detail
specifications as to the server and client hardware requirements with their proposal.
Document Management System RFP
Appendix A Page 48
Category
Req'd
Y/N
Year-1
cost
Year-2
cost
Year-3
cost
Year-4
cost
Year-5
cost Total cost
SOFTWARE COSTS
(Maintenance):
Core/Server License(s) SW
(Maintenance)
Named User Licenses SW #/$
(Maintenance)
Concurrent Licenses SW #/$
(Maintenance)
Web User Licenses SW #/$
(Maintenance)
Batch or Imaging/Capture SW
(Maintenance)
Content Index/Search SW
(Maintenance)
OCR/Bar Code Recognition SW
(Maintenance)
COLD/ERM or Print Capture SW
(Maintenance)
Archive/Retention Mgt SW
(Maintenance)
Email Interface SW
(Maintenance)
ERP Interface SW
(Maintenance)
Document Management System RFP
Appendix A Page 49
Category
Req'd
Y/N
Year-1
cost
Year-2
cost
Year-3
cost
Year-4
cost
Year-5
cost Total cost
SOFTWARE COSTS (continued)
(Maintenance):
Forms Design/eForms SW
(Maintenance)
Security/Encryption SW
(Maintenance)
Workflow Server/Client SW
(Maintenance)
Storage/System Management
SW
(Maintenance)
Annotation
(Maintenance)
Print/FAX Server SW
(Maintenance)
DashBoard Reporting SW
(Maintenance)
Other SW:
(Maintenance)
DATABASE
Database SW
(Maintenance)
Interface SW
Other DB:
Document Management System RFP
Appendix A Page 50
Category
Req'd
Y/N
Year-1
cost
Year-2
cost
Year-3
cost
Year-4
cost
Year-5
cost Total cost
HARDWARE
Server(s)
Scanners
Work Stations
Other HW:
Hardware Maintenance
AD HOC QUERY/Rpt TOOLS (list):
List w Cost
Annual Maintenance Fees
Support Services
Other:
INSTALLATION
Software
DataBase
Hardware
Other:
TRAINING
End User
Administrator
Technical
Other:
Document Management System RFP
Appendix A Page 51
Category
Req'd
Y/N
Year-1
cost
Year-2
cost
Year-3
cost
Year-4
cost
Year-5
cost Total cost
IMPLEMENTATION (provide
detail)
Project Management/planning
Consulting
Data Conversion/Mapping
Consulting
Other:
Document Management System RFP
Appendix A Page 52
PRICE PROPOSAL FORM - SIGNATURE FORM
Document Management System
Bid/Proposal Number: ############
Bid Due Date: MM/DD/YYYY
Signature of Company‘s authorized representative
______________________________________________ ___________________________________________
Authorized Signature / Date Offeror‘s Company Name
______________________________________________ ___________________________________________
Printed Name and Title Offeror‘s Address
______________________________________________ ________________________________________
Phone Number Offeror‘s Tax ID#
eMaryland Marketplace registration number _________________________________________
Document Management System RFP
Appendix B Page 53
APPENDIX B: BID/PROPOSAL AFFIDAVIT
A. AUTHORIZED REPRESENTATIVE
I HEREBY AFFIRM THAT:
I am the (title) and the duly authorized representative of (name of business)
and that I possess the legal authority to make this Affidavit on behalf of myself
and the business for which I am acting.
B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION
The undersigned bidder hereby certifies and agrees that the following information is correct: In
preparing its bid on this project, the bidder has considered all proposals submitted from qualified,
potential subcontractors and suppliers, and has not engaged in “discrimination,” as defined in
§19-103 of the State Finance and Procurement Article of the Annotated Code of Maryland.
“Discrimination” means any disadvantage, difference, distinction, or preference in the
solicitation, selection, hiring, or commercial treatment of a vendor, subcontractor, or commercial
customer on the basis of race, color, religion, ancestry, or national origin, sex, age, marital status,
sexual orientation, or on the basis of disability or any otherwise unlawful use of characteristics
regarding the vendors, supplier’s or commercial customer’s employees or owners.
“Discrimination” also includes retaliating against any person or other entity for reporting any
incident of “discrimination”. Without limiting any other provision of the solicitation on this
project, it is understood that, if the certification is false, such false certification constitutes
grounds for the State to reject the bid submitted by the bidder on this project, and terminate any
contract awarded based on the bid. As part of its bid or proposal, the bidder herewith submits a
list of all instances within the past 4 years where there has been a final adjudicated determination
in a legal or administrative proceeding in the state of Maryland that the bidder discriminated
against subcontractors, vendors, suppliers, or commercial customers, and a description of the
status or resolution of that determination, including any remedial action taken. Bidder agrees to
comply in all respects with the State’s Commercial Nondiscrimination Policy as described under
Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland.
C. AFFIRMATION REGARDING BRIBERY CONVICTIONS
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business (as is
defined in §16-101(b) of the State Finance and Procurement Article of the Annotated Code of
Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its
employees directly involved in the business’s contracting activities including obtaining or
performing contracts with public bodies, has been convicted of, or has had probation before
judgment imposed pursuant to Criminal Procedure Article, §6-220, Annotated Code of Maryland,
or has pleaded nolo contendere to a charge of, bribery, attempted bribery, or conspiracy to bribe
in violation of Maryland law, or of the law of any other state or federal law, except as follows
(indicate the reasons why the affirmation cannot be given and list any conviction, plea, or
imposition of probation before judgment with the date, court, official or administrative body, the
sentence or disposition, the name(s) of person(s) involved, and their current positions and
responsibilities with the business):
____________________________________________________________
____________________________________________________________
Document Management System RFP
Appendix B Page 54
___________________________________________________________
D. AFFIRMATION REGARDING OTHER CONVICTIONS
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of
its officers, directors, partners, controlling stockholders, or any of its employees directly involved
in the business’s contracting activities including obtaining or performing contracts with public
bodies, has:
(1) Been convicted under state or federal statute of:
(a) a criminal offense incident to obtaining, attempting to obtain, or performing a
public or private contract; or
(b) fraud, embezzlement, theft, forgery, falsification or destruction of records, or
receiving stolen property;
(2) Been convicted of any criminal violation of a state or federal antitrust statute;
(3) Been convicted under the provisions of Title 18 of the United States Code for violation of
the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. §1961, et seq., or the
Mail Fraud Act, 18 U.S.C. §1341, et seq., for acts in connection with the submission of
bids or proposals for a public or private contract;
(4) Been convicted of a violation of the State Minority Business Enterprise Law, §14-308 of
the State Finance and Procurement Article of the Annotated Code of Maryland;
(5) Been convicted of a violation of the §11-205.1 of the State Finance and Procurement
Article of the Annotated Code of Maryland;
(6) Been convicted of conspiracy to commit any act or omission that would constitute
grounds for conviction or liability under any law or statute described in subsection (1)
through (5) above;
(7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in
connection with the submission of bids or proposals for a public or private contract; or
(8) Been found in a final adjudicated decision to have violated the Commercial
Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of
the Annotated Code of Maryland with regard to a public or private contract; or
(9) Admitted in writing or under oath, during the course of an official investigation or other
proceedings, acts or omissions that would constitute grounds for conviction or liability
under any law or statute described in §§B — C and subsections (1) through (8) above,
except as follows (indicate reasons why the affirmations cannot be given, and list any
conviction, plea, or imposition of probation before judgment with the date, court, official
or administrative body, the sentence or disposition, the name(s) of the person(s) involved
and their current positions and responsibilities with the business, and the status of any
debarment):
________________________________________________________________________
________________________________________________________________________
______________________________________________________
E. AFFIRMATION REGARDING DEBARMENT
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of
its officers, directors, partners, controlling stockholders, or any of its employees directly involved
Document Management System RFP
Appendix B Page 55
in the business’s contracting activities including obtaining or performing contracts with public
bodies, has ever been suspended or debarred (including being issued a limited denial of
participation) by any public entity, except as follows (list each debarment or suspension providing
the dates of the suspension or debarment, the name of the public entity and the status of the
proceedings, the name(s) of the person(s) involved and their current positions and responsibilities
with the business, the grounds of the debarment or suspension, and the details of each person's
involvement in any activity that formed the grounds of the debarment or suspension):
________________________________________________________________________
_______________________________________________________________________
F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES
I FURTHER AFFIRM THAT:
(1) The business was not established and it does not operate in a manner designed to evade
the application of or defeat the purpose of debarment pursuant to §16-101, et seq., of the
State Finance and Procurement Article of the Annotated Code of Maryland; and
(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or
debarred business, except as follows (you must indicate the reasons why the affirmations
cannot be given without qualification):
_______________________________________________________________________
_______________________________________________________________________
G. SUB-CONTRACT AFFIRMATION
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business, has
knowingly entered into a contract with a public body under which a person debarred or suspended
under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland
will provide, directly or indirectly, supplies, services, architectural services, construction related
services, leases of real property, or construction.
H. AFFIRMATION REGARDING COLLUSION
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business has:
(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in
the compilation of the accompanying bid or offer that is being submitted;
(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the
bid price or price proposal of the bidder or offeror or of any competitor, or otherwise
taken any action in restraint of free competitive bidding in connection with the contract
for which the accompanying bid or offer is submitted.
I. FINANCIAL DISCLOSURE AFFIRMATION
I FURTHER AFFIRM THAT:
I am aware of, and the above business will comply with, the provisions of §13-221 of the State
Finance and Procurement Article of the Annotated Code of Maryland, which require that every
business that enters into contracts, leases, or other agreements with the State of Maryland or its
agencies during a calendar year under which the business is to receive in the aggregate $100,000
or more shall, within 30 days of the time when the aggregate value of the contracts, leases, or
other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified
Document Management System RFP
Appendix B Page 56
information to include disclosure of beneficial ownership of the business.
J. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION
I FURTHER AFFIRM THAT:
I am aware of, and the above business will comply with, Election Law Article, §§14-101—14-
108, Annotated Code of Maryland, which requires that every person that enters into contracts,
leases, or other agreements with the State of Maryland, including its agencies or a political
subdivision of the State, during a calendar year in which the person receives in the aggregate
$100,000 or more shall file with the State Board of Elections a statement disclosing contributions
in excess of $500 made during the reporting period to a candidate for elective office in any
primary or general election.
K. DRUG AND ALCOHOL FREE WORKPLACE
(Applicable to all contracts unless the contract is for a law enforcement agency and the agency
head or the agency head's designee has determined that application of COMAR 21.11.08 and this
certification would be inappropriate in connection with the law enforcement agency's undercover
operations.)
I CERTIFY THAT:
(1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this
certification.
(2) By submission of its bid or offer, the business, if other than an individual, certifies and
agrees that, with respect to its employees to be employed under a contract resulting from
this solicitation, the business shall:
(a) Maintain a workplace free of drug and alcohol abuse during the term of the
contract;
(b) Publish a statement notifying its employees that the unlawful manufacture,
distribution, dispensing, possession, or use of drugs, and the abuse of drugs or
alcohol is prohibited in the business' workplace and specifying the actions that
will be taken against employees for violation of these prohibitions;
(c) Prohibit its employees from working under the influence of drugs or alcohol;
(d) Not hire or assign to work on the contract anyone whom the business knows, or
in the exercise of due diligence should know, currently abuses drugs or alcohol
and is not actively engaged in a bona fide drug or alcohol abuse assistance or
rehabilitation program;
(e) Promptly inform the appropriate law enforcement agency of every drug-related
crime that occurs in its workplace if the business has observed the violation or
otherwise has reliable information that a violation has occurred;
(f) Establish drug and alcohol abuse awareness programs to inform its employees
about:
(i) The dangers of drug and alcohol abuse in the workplace;
(ii) The business' policy of maintaining a drug and alcohol free workplace;
(iii) Any available drug and alcohol counseling, rehabilitation, and employee
assistance programs; and
(iv) The penalties that may be imposed upon employees who abuse drugs and
alcohol in the workplace;
Document Management System RFP
Appendix B Page 57
(g) Provide all employees engaged in the performance of the contract with a copy of
the statement required by §K(2)(b), above;
(h) Notify its employees in the statement required by §K(2)(b), above, that as a
condition of continued employment on the contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer of any criminal drug or alcohol abuse conviction for
an offense occurring in the workplace not later than 5 days after a
conviction;
(i) Notify the procurement officer within 10 days after receiving notice under
§K(2)(h)(ii), above, or otherwise receiving actual notice of a conviction;
(j) Within 30 days after receiving notice under §K(2)(h)(ii), above, or otherwise
receiving actual notice of a conviction, impose either of the following sanctions
or remedial measures on any employee who is convicted of a drug or alcohol
abuse offense occurring in the workplace:
(i) Take appropriate personnel action against an employee, up to and
including termination; or
(ii) Require an employee to satisfactorily participate in a bona fide drug or
alcohol abuse assistance or rehabilitation program; and
(k) Make a good faith effort to maintain a drug and alcohol free workplace through
implementation of §K(2)(a)—(j), above.
(3) If the business is an individual, the individual shall certify and agree as set forth in §K(4),
below, that the individual shall not engage in the unlawful manufacture, distribution,
dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the
performance of the contract.
(4) I acknowledge and agree that:
(a) The award of the contract is conditional upon compliance with COMAR
21.11.08 and this certification;
(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be
cause to suspend payments under, or terminate the contract for default under
COMAR 21.07.01.11 or 21.07.03.15, as applicable; and
(c) The violation of the provisions of COMAR 21.11.08 or this certification in
connection with the contract may, in the exercise of the discretion of the Board of
Public Works, result in suspension and debarment of the business under COMAR
21.08.03.
L. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT
I FURTHER AFFIRM THAT:
(1) The business named above is a (domestic ___) (foreign __) corporation registered in
accordance with the Corporations and Associations Article, Annotated Code of
Maryland, and that it is in good standing and has filed all of its annual reports, together
with filing fees, with the Maryland State Department of Assessments and Taxation, and
that the name and address of its resident agent filed with the State Department of
Assessments and Taxation is:
Name:
Address:
Document Management System RFP
Appendix B Page 58
(If not applicable, so state).
(2) Except as validly contested, the business has paid, or has arranged for payment of, all
taxes due the State of Maryland and has filed all required returns and reports with the
Comptroller of the Treasury, the State Department of Assessments and Taxation, and the
Department of Labor, Licensing, and Regulation, as applicable, and will have paid all
withholding taxes due the State of Maryland prior to final settlement.
M. CONTINGENT FEES
I FURTHER AFFIRM THAT:
The business has not employed or retained any person, partnership, corporation, or other entity,
other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling
agency working for the business, to solicit or secure the Contract, and that the business has not
paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide
employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any
other consideration contingent on the making of the Contract.
N. Repealed.
O. ACKNOWLEDGEMENT
I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may
be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State
of Maryland; (3) other states; and (4) the federal government. I further acknowledge that this
Affidavit is subject to applicable laws of the United States and the State of Maryland, both
criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission
of this bid or proposal shall be construed to supersede, amend, modify or waive, on behalf of the
State of Maryland, or any unit of the State of Maryland having jurisdiction, the exercise of any
statutory right or remedy conferred by the Constitution and the laws of Maryland with respect to
any misrepresentation made or any violation of the obligations, terms and covenants undertaken
by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits
comprising part of the contract.
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY
THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST
OF MY KNOWLEDGE, INFORMATION, AND BELIEF.
Date: By:
(Authorized Representative and Affiant)
Document Management System RFP
Appendix C Page 59
APPENDIX C: SAMPLE CONTRACT AGREEMENT
BALTIMORE CITY COMMUNITY COLLEGE
2901 LIBERTY HEIGHTS AVENUE
BALTIMORE, MARYLAND 21215
I. PARTIES TO THE CONTRACT:
THIS AGREEMENT made the day of ,2007 by and between
Name of Firm:
Address:
Contact: _________________________________________________________
Phone: Fax #: ________________________________
herein called "Contractor” and the State of Maryland, for the use of Baltimore City Community College
of, herein called "college." Witnesseth, that the Contractor and college for the consideration here
mentioned agree as follows:
II. SCOPE OF CONTRACT: The Contractor's obligations and duties under this contract shall
include, but are not limited to, the following:
The Contractor shall provide the services as outlined within Sections three (3) through seven (7)
of the RFP #
All terms and conditions under the solicitation and its attachment(s), and any amendments thereto
are also incorporated herein and are made a part of this Contract. To the extent that any
provisions of the Proposal prepared by the Contractor are inconsistent with the provision of the
solicitation prepared by the college, the provisions of the solicitation prepared by the college shall
control. These obligations and duties of the Contractor are subject to the right of the college to
order changes within the scope of the Contract including substitutions, variations in quantities,
temporary stops or delays in performance, upon written notice to the Contractor.
III. TERMS AND CONDITIONS:
1. TERM OF CONTRACT:
The contract term shall be dependent upon the mutually agreed upon project plan for the delivery
and implementation of the system. It shall commence upon the issuance of the Notice to Proceed
by the Procurement Officer.
2. COMPENSATION AND METHOD OF PAYMENT:
The college will pay the Contractor compensation per completion and acceptance of each phase per the
Price Proposal Form upon receipt of an approved invoice.
The college reserves the right to reduce or withhold contract payment in the event the Contractor does
not provide the college with all required deliverables within the time frame specified in the contract, or
Document Management System RFP
Appendix C Page 60
in the event that the Contractor otherwise materially breaches the terms and conditions of the contract.
Any such action on the part of the college, or dispute of such action by the Contractor, shall be in
accordance with the provisions of Title 15 of the State Finance and Procurement Article (Procurement
Contract Administration and Dispute Resolution), Annotated Code of Maryland, and COMAR 21.10.
Invoices must be addressed to Accounts Payable, Baltimore City Community College, 2901 Liberty
Heights Avenue, Baltimore, Maryland 21215-7893. All invoices must be signed by the Contractor and
must include the following: the State’s assigned contract control number, the Contractor’s name and
mailing address, the Contractor’s social security number of federal tax ID number; the goods/services
provided; the time period covered by the invoice; the amount of requested payment; and the date.
IV. GENERAL TERMS AND CONDITIONS
1. TAX EXEMPTION: The college is generally exempt from Federal Excise Taxes, Maryland Sales
and Use Taxes, District of Columbia Sales Taxes and Transportation Taxes. Exemption certificates shall
be completed upon request. Where a Contractor is required to furnish and install materials for the
construction of improvement of real property in performance of a contract the Contractor shall pay the
Maryland Sales Tax and the exemption does not apply.
2. NON-AVAILABILITY OF FUNDING: If the General Assembly fails to appropriate funds or if
funds are not otherwise made available for continued performance for any fiscal year of this Contract
succeeding the first fiscal period, this Contract shall be canceled automatically as of the beginning of the
fiscal year for which funds were not appropriated or otherwise made available; provided, however, that
this will not affect either the State's rights or the Contractor's rights under any termination clause in this
Contract. The effect of termination of the Contract hereunder will be to discharge both the Contractor and
the State from future performance of the Contract but not from their rights and obligations existing at the
time of termination. The Contractor shall be reimbursed for the reasonable value of any non-recurring
costs incurred but not amortized in the price of the Contract. The State shall notify the Contractor as soon
as it has knowledge that funds might not be available for the continuation of this Contract for each
succeeding fiscal year beyond the first.
3. CHANGES IN SCOPE: The State shall retain the unilateral right to require changes in the scope of
services provided under the Contract so long as such changes are within the general scope of work to be
performed under the Contract.
4. CONTRACT MODIFICATIONS: Except for the unilateral right of the college to order in writing
changes in the work within the scope of the Contract, the terms of this Contract may be modified only in
writing signed by duly authorized representative of both the college and the Contractor. Every contract
modification or change order affecting Contract price is subject to prior written approval by the
procurement agency and any other appropriate authorities and to prior certification by the appropriate
fiscal authority as to the availability of funds and the effect of the modification or change order on the
project budget or the total construction costs; and if the certification discloses that a Contract modification
or change order will increase the cost beyond budgeted and available funds, the procurement agency may
not make the modifications or change order unless sufficient additional funds are made available or the
scope of the project is adjusted to permit its completion within the project budget.
Document Management System RFP
Appendix C Page 61
5. NON HIRING OF OFFICIALS AND EMPLOYEES: Mandatory provision for all contracts: “No
official or employee of the State of Maryland, as defined under State Government Article, §15-102,
Annotated Code of Maryland, whose duties as such official or employee include matters relating to or
affecting the subject matter of this contract, shall during the pendancy and term of this contract and while
serving as an official or employee of the State become or be an employee of the contractor or any entity
that is a subcontract on this contract.”
6. DISPUTES: This Contract shall be subject to the provisions of the State Finance and Procurement
Article, Title 15, Subtitle 2 of the Annotated Code of Maryland and COMAR 21.10 (Administrative and
Civil Remedies). Pending resolution of a claim, the Contractor shall proceed diligently with the
performance of the Contract in accordance with the Procurement Officer's decision. Unless a lesser
period is provided by applicable statute, regulation or this contract, the Contractor must file written notice
of claim with the Procurement Officer within 30 days after the basis for the claim is known or should
have been known, whichever is earlier. Contemporaneously with or within 30 days of the filing of a
notice of claim, but no later than the date of final payment under the contract, the Contractor must submit
to the Procurement Officer its written claim continuing the information specified in COMAR 21.10.04.02.
7. NON-DISCRIMINATION: A. As a condition of entering into this Agreement, Contractor
represents and warrants that it will comply with the State’s Commercial Nondiscrimination Policy, as
described under Title 19 of the State Finance and Procurement Article of the Annotated Code of
Maryland. As part of such compliance, Contractor may not discriminate on the basis of race, color,
religion, ancestry or national origin, sex, age, marital status, sexual orientation, or on the basis of
disability or other unlawful forms of discrimination in the solicitation, selection, hiring, or commercial
treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall Contractor retaliate
against any person for reporting instances of such discrimination. Contractor shall provide equal
opportunity for subcontractors, vendors, and suppliers to participate in all of its public sector and private
sector subcontracting and supply opportunities, provided that this clause does not prohibit or limit lawful
efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the
marketplace. Contractor understands that a material violation of this clause shall be considered a material
breach of this Agreement and may result in termination of this Agreement, disqualification of Contractor
from participating in State contracts, or other sanctions. This clause is not enforceable by or for the
benefit of, and creates no obligation to, any third party.
B. The contractor shall include the above Commercial Nondiscrimination clause, or similar clause
approved by DBM, in all sub-contracts.
C. As a condition of entering into this Agreement, upon the Maryland Human Relations Commission’s
request, and only after the filing of a complaint against Contractor under Title 19 of the State Finance and
Procurement Article, as amended from time to time, Contractor agrees to provide within 60 days after the
request a complete list of the names of all subcontractors, vendors, and suppliers that Contractor has used
in the past 4 years on any of its contracts that were undertaken within the state of Maryland, including the
total dollar amount paid by Contractor on each subcontract or supply contract. Contractor further agrees
to cooperate in any investigation conducted by the State pursuant to the State’s Commercial
Nondiscrimination Policy as set forth under Title 19 of the State Finance and Procurement Article of the
Annotated Code of Maryland, and to provide any documents relevant to any investigation that is
Document Management System RFP
Appendix C Page 62
requested by the State. Contractor understands that violation of this clause is a material breach of this
Agreement and may result in contract termination, disqualification by the State from participating in State
contracts, and other sanctions.
8. MARYLAND LAW PREVAILS: The place of performance of this contract shall be the State of
Maryland. Provisions of this Contract shall be construed, interpreted and enforced according to the laws
governed by Maryland.
9. CONTINGENT FEE PROHIBITION: The Contractor warrants that it has not employed or
retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent
working for the Contractor to solicit or secure this Contract, and that it has not paid or agreed to pay any
person, partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any
other consideration contingent on the making of this Contract. For breach or violation of this warranty,
the state shall have the right to annul this Contract without liability or, in its discretion, to deduct from the
consideration or revenue payable to the Contractor the full amount of each fee or other consideration.
10. TERMINATION FOR DEFAULT: If the Contractor fails to fulfill its obligations under this
Contract properly and on time, or otherwise violates any provision of the Contract, the State may
terminate the Contract by written notice to the Contractor. The notice shall specify the acts or omissions
relied upon as cause for termination. All finished or unfinished work provided by the Contractor shall, at
the State's option, become the State's property. The State shall pay the Contractor fair and equitable
compensation for satisfactory performance prior to receipt of notice of termination, less the amount of
damages caused by Contractor's breach. If the damages are more than the compensation payable to the
Contractor, the Contractor will remain liable after termination and the State can affirmatively collect
damages. Termination hereunto, including rights and obligations of the parties, shall be governed by the
provisions of COMAR 21.07.01.11B.
11. TERMINATION FOR CONVENIENCE: The performance of work under this Contract may be
terminated by the college in accordance with this clause in whole, or from time to time in part, whenever
the college shall determine that such termination is in the best interest of the college. The college will pay
all reasonable costs associated with this Contract that the Contractor has incurred up to the date of
termination and all reasonable costs associated with termination of this Contract. However, the
Contractor shall not be reimbursed for any anticipatory profits which have not been earned up to the date
of termination. Termination hereunto, including rights and obligations of the parties, shall be governed
by the provisions of COMAR 21.07.01.12 (A) (2).
Document Management System RFP
Appendix C Page 63
12. DELAYS AND EXTENSIONS OF TIME: The Contractor agrees to perform this agreement
continuously and diligently. No charges or claims for damages shall be made by the Contractor for any
delays or hindrances, regardless of cause in the performance of work under this Contract. Time
extensions will be granted only for excusable delays that arise from unforeseeable causes beyond the
control and without the fault or negligence of the Contractor, including but not restricted to: acts of God;
acts of a public enemy; acts of the State in either its sovereign or contractual capacity; acts of another
Contractor in the performance of a Contract with the State; fires; floods; epidemics; quarantine
restrictions; strikes; freight embargoes; or delays of sub-contractors or suppliers arising from
unforeseeable cause beyond the control and without the fault or negligence of either the Contractor or
sub-contractors or suppliers.
13. COST AND PRICE CERTIFICATION: The Contractor/Consultant by submitting cost or price
information certifies that, to the best of its knowledge, the information submitted is accurate, complete,
and current as of a mutually determined specified date prior to the conclusion of any price discussions or
negotiations for:
A negotiated Contract, if the total contract price is expected to exceed $100,000, or a smaller amount set
by the procurement officer; or
A change order or Contract modification expected to exceed $100,000, or a smaller amount set by the
procurement officer;
The price under this Contract and any change order or modification hereunder, including profit or fee,
shall be adjusted to exclude any significant price increases occurring because the Contractor furnished
cost or price information which, as of the date agreed upon between the parties, was inaccurate,
incomplete, or not current.
14. CORRECTION OF ERRORS, DEFECTS, AND OMISSIONS: The Contractor agrees to perform
work as may be necessary to correct errors, defects, and omissions in the services required under this
Contract, without undue delays and without cost to the college. The acceptance of the work set forth
herein by the college shall not relieve the Contractor of the responsibility of subsequent correction of such
errors.
15. SET-OFF: The college may deduct from and set-off against any amounts due and payable to the
Contractor any back charges or damages sustained by the college by virtue of any breach of this Contract
by the Contractor or by virtue of the failure or refusal of the Contractor to perform the services or any part
of the services in a satisfactory manner. Nothing herein shall be construed to relieve the Contractor of
liability for additional costs resulting from a failure to satisfactorily perform the services.
16. SPECIFICATIONS: All materials, equipment, supplies or services shall conform to Federal and
State laws and regulations and to the specifications contained in the Request for Proposal.
Document Management System RFP
Appendix C Page 64
17. DELIVERY AND ACCEPTANCE: Delivery shall be made in accordance with the solicitation
specifications. The State, in its sole discretion, may extend the time of performance for excusable delays
due to unforeseeable causes beyond the Contractor's control. The State unilaterally may order in writing
the suspension, delay, or interruption of performance hereunder. The State reserves the right to test any
materials, equipment, supplies, or services delivered to determine if the specifications have been met.
The materials listed in the bid or proposal shall be delivered FOB the point or points specified prior to or
on the date specified in the bid or proposal. Any material that is defective or fails to meet the terms of the
solicitation specifications shall be rejected. Rejected material shall be promptly replaced. The State
reserves the right to purchase replacement materials in the open market. Contractors failing to promptly
replace materials lawfully rejected shall be liable for any excess price paid for the replacement, plus
applicable expenses, if any.
18. CONFLICT OF INTEREST LAW: It is unlawful for any State officer, employee, or agent to
participate personally in his official capacity through decision, approval, disapproval, recommendation,
advice, or investigation in any Contract or other matter in which he, his spouse, parent, minor child,
brother, or sister, has a financial interest or to which any firm, corporation, association, or other
organization in which he has a financial interest or in which he is serving as an officer, director, trustee,
partner, or employee, or any person or organization with whom he is negotiating or has any arrangement
concerning prospective employment, is a party, unless such officer, employee, or agent has previously
complied with the provisions of Article 40A, §§3-101 et. seq. of the Annotated Code of Maryland.
19. FINANCIAL DISCLOSURE: The Contractors shall comply with Section 13-221 of the State
Finance and Procurement Article of the Annotated Code of Maryland, which requires that every business
that enters into contracts, leases or other agreements with the State and receives in the aggregate $100,000
or more during a calendar year shall, within 30 days of the time when the aggregate value of these
contracts, leases or other agreements reaches $100,000, file with the Secretary of State of Maryland
certain specified information to include disclosure of beneficial ownership of the business.
20. EPA COMPLIANCE: Materials, supplies, equipment, or services shall comply in all respects with
the Federal Noise Control Act of 1972 and its amendments, where applicable.
21. OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA): All materials, supplies, equipment,
or services supplied as a result of this Contract shall comply with the applicable U.S. and Maryland
Occupational Safety and Health Act standards.
22. RETENTION OF RECORDS: The Contractor shall retain and maintain all records and documents
relating to the performance of this Contract for three years after final payment by the college hereunder or
any applicable statute of limitations, whichever is longer and shall make them available for inspection and
audit by authorized representatives of the State, including the procurement officer or his/her designee at
all reasonable times.
23. INDEMNIFICATION ETC: The Contractor shall indemnify the State against liability for any suits,
actions, losses, damages, cost and expenses or claims of any character arising from or relating to the
performance or non-performance of the Contractor or its sub-contractors under this agreement.
The State of Maryland has no obligation to provide legal counsel or defense to the Contractor or its sub-
contractors in the event that a suit, claim or action of any character is brought by any person not party to
Document Management System RFP
Appendix C Page 65
this Contract against the Contractor or its sub-contractors as a result of or relating to the Contractor’s
obligations under this Contract. The State has no obligation for the payment of any judgments or the
settlement of any claims against the Contractor or its sub-contractors as a result of or relating to the
Contractor’s obligations under this Contract.
The Contractor shall immediately notify the Procurement Officer of any claim or suit made or filed
against the Contractor or its sub-contractors regarding any matter resulting from or relating to the
Contractor’s obligations under the Contract, and will cooperate, assist, and consult with the State in the
defense or investigation of any claim suit, or action made or filed against the State as a result of or
relating to the Contractor’s performance under this Contract. The college shall not assume any obligation
to indemnity, hold harmless, or pay attorneys' fees that may arise from or in any way be associated with
the performance or operation of this agreement.
24. NON-ASSIGNMENT: The Contractor shall not sell, transfer, or otherwise assign its obligation
under this Contract or any portion thereof, or any of its rights, title, or interest therein, without the prior
written consent of the college.
25. QUANTITIES: The college reserves the right to solicit separate bids if a particular quantity
requirement arises which exceeds the college's normal requirements as provided in the solicitation or
exceeds an amount specified in this Contract.
26. MATERIALS: All items shipped pursuant to this Contract/Purchase Order shall be new, never
previously used, and the current model of the time.
27. RESTRICTIONS: In the event any governmental restrictions may be imposed which would
necessitate alteration of the material, quality, workmanship or performance of the items offered on this
solicitation prior to their delivery, it shall be the responsibility of the supplier to notify the college at once,
indicating in the letter the specific regulation which required an alteration. The college reserves the right
to accept any such alteration, including any price adjustments occasioned thereby, or cancel the Contract
at no expense to the college.
28. PRICE ADJUSTMENT: Any price decrease effectuated during the Contract period either by reason
of market change or on the part of the Contractor to other customers shall be passed on to the college.
29. SUSPENSION OF WORK: The procurement officer unilaterally may order the Contractor in
writing to suspend, delay, or interrupt all or any part of the work for a period of time as he may determine
to be appropriate for the convenience of the college.
30. PRE-EXISTING REGULATIONS: In accordance with the provisions of Section 11-206 of the
State Finance and Procurement Article, Annotated Code of Maryland, the regulations set forth in Title 21
of the Code of Maryland Regulations (COMAR Title 21) in effect on the date of execution of this
Contract, are applicable to this Contract.
Document Management System RFP
Appendix C Page 66
31. PAYMENT OF COLLEGE OBLIGATIONS: Payments to the Contractor pursuant to this Contract
shall be made no later than thirty (30) days after the college's receipt of a proper invoice from the
Contractor. Each invoice for services rendered must reflect the Contractor’s federal tax identification
number. Charges for late payment of the invoices other than as prescribed by Title 15, Subtitle 1 of the
State Finance and Procurement Article, Annotated Code of Maryland, or by the Public Service
Commission of Maryland with respect to regulated public utilities, as applicable, are prohibited.
32. COMPLIANCE WITH LAWS: The Contractor hereby represents and warrants that: a) it is
qualified to do business in the State of Maryland and that it will take such action as, from time to time,
may be necessary to remain so qualified; b) it is not in arrears with respect to the payment of any monies
due and owing the State of Maryland or any department or unit thereof, including but not limited to the
payment of taxes and employee benefits, and that it shall not become so in arrears during the term of this
Contract; c) it shall comply with all federal, state and local laws, regulations and ordinances applicable
to its activities and obligations under this Contract; and d) it shall procure, at its expense, all licenses,
permits, insurance and governmental approvals, if any, necessary to the performance of its obligations
under this Contract.
33. POLITICAL CONTRIBUTION DISCLOSURE: The Contractor shall comply with the Election
Law, Sections 14-101 through 14-108, Annotated Code of Maryland, which requires that every person
that enters into contracts, leases, or other agreements with the State, a county, or an incorporated
municipality, or their agencies, during a calendar year in which the person receives in the aggregate
$100,000 or more, shall file with the State Board of Elections a statement disclosing contributions in
excess of $500 made during the reporting period to a candidate for elective office in any primary or
general election. The statement shall be filed with the State Board of Elections: (1) before a purchase or
execution of a lease or contract by the State, a county, an incorporated municipality, or their agencies, and
shall cover the preceding two calendar years; and (2) if the contribution is made after the execution of a
lease or contract, then twice a year, throughout the contract term, on : (a) February 5, to cover the 6-
month period ending January 31; and (b) August 5, to cover the 6-month period ending July 31.”
34. DISSEMINATION OF INFORMATION CLAUSE: During the term of this Contract, the
Contractor shall not release any information related to the services or performance of the services under
this Contract nor publish any final reports or documents without the prior written approval of the college.
The Contractor shall indemnify and hold harmless the State and the Agency, its officers, agents and
employees, from all liability which may be incurred by reason of dissemination, publication, distribution
of documents, or materials pertaining in any way to this Contract by the Contractor, its agents or
employees.
35. ALTERATION OF TERMS: Any proposal for terms in addition to or different from those set forth
in this Contract or any attempt by the Contractor to vary any of the terms of this offer by Contractor's
acceptance shall not operate as a rejection of this offer, unless such variance is in the terms of the
description, quantity, price or delivery schedule, but shall be deemed a material alteration thereof, and this
offer shall be deemed acceptable by the Contractor, without the additional or different terms. If this
Contract is an acceptance of a prior offer by the Contractor, the acceptance is expressly conditioned upon
Contractor's assent to any additional or different terms contained herein. The Contractor understands and
agrees that the terms and conditions of this Contract may not be waived.
Document Management System RFP
Appendix C Page 67
36. CONTRACT AFFIDAVIT: The Contractor must execute the Contract Affidavit, which is attached
to and incorporated by reference in this Contract.
37. INTELLECTUAL PROPERTY: Contractor agrees to indemnify and save harmless the State, its
officers, agents and employees with respect to any claim, action, cost or judgment for patent
infringement, or trademark, or copyright violation arising out of purchase or use of materials, supplies,
equipment or services covered by this contract.
38. DRUG AND ALCOHOL FREE WORKPLACE: The Contractor warrants that the Contractor shall
comply with COMAR 21.11.08 Drug and Alcohol Free Workplace, and that the Contractor shall remain
in compliance throughout the term of this contract.
39. LIABILITY FOR LOSS OF DATA: In the event of loss of any data or records necessary for the
performance of this Contract, where such loss is due to the error or negligence of the Contractor, the
Contractor shall be responsible for reconstructing any such data at no additional cost to the State.
40. SUBCONTRACTING: The Contractor may not subcontract any portion of the services provided
under this Contract without obtaining the prior written approval of the State, nor may the Contractor
assign this Contract, or any of its rights or obligations hereunder, without the prior written approval of the
State. Any such subcontract or assignment shall be subject to any terms and conditions that the
Department deems necessary to protect the interest of the State. The college shall not be responsible for
the fulfillment of the Contractor’s obligations to sub-contractors.
41. AMERICANS WITH DISABILITIES ACT: The Contractor agrees to comply with the Americans
with Disabilities Act, Public Law 101-336, all requirements imposed by the applicable Code of Federal
Regulations, and all guidelines and interpretations issued pursuant thereto. The Contractor shall assure
that its facilities, services, and programs are accessible to individuals with disabilities as required by the
Americans with Disabilities Act. The Contractor shall not discriminate against individuals with
disabilities in the provision of its services and programs unless to do so would be an undue burden or
result in a fundamental alteration in the program as those terms are used in Title II of the Act. The
Contractor shall bear sole responsibility for assuring that this Agreement conforms to Section 501 © of
the Americans with Disabilities Act (42 U.S.C.12201) as a bona fide benefit plan.
42. CONFLICTING TERMS: The Contractor understands and agrees that the terms and conditions of
this Attachment are mandatory under State law, may not be waived, and that they supersede any
conflicting terms and conditions set forth in the Contract, which shall be deemed to be amended to
incorporate therein the provisions set forth in this Attachment.
Document Management System RFP
Appendix C Page 68
43. CONFIDENTIALITY: Subject to the Maryland public Information Act and any other applicable
laws, all confidential or proprietary information and documentation relating to either party (including
without limitation any information or data stored within the Contractor’s computer systems) shall be held
in absolute confidence by the other party. Each shall, however, be permitted to disclose relevant
confidential information to its officers, agents, and employees to the extent that such disclosure is
necessary for the performance of their duties under this Contractor, provided that the data may be
collected, used, disclosed, stored, and disseminated only as provided by and consistent with the law. The
provisions of this section shall not apply to information that (a) is lawfully in public domain; (b) has been
independently developed by the other party without violation of this Contract; (c) was already in the
possession of such party; (d) was supplied to such party by a third party lawfully in possession thereof
and legally permitted to further disclose the information; or (e) such party is required to disclose by law.
Document Management System RFP
Appendix C Page 69
IN WITNESS WHEREOF of the parties hereunto have executed this Agreement the day and year first
above written.
Contractor's Name
Federal ID # or SSN Contractor's Address
City, State, Zip Code
Authorized Signature
Witness Typed Name
Baltimore City Community College Name of Agency
Signature
Dr. Carolane Williams Witness Typed Name
President
Title
Document Management System RFP
Appendix D Page 70
APPENDIX D: CONTRACT AFFIDAVIT A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT:
I am the (title) and the duly
authorized representative of
(business) and I possess the legal authority to make
this Affidavit on behalf of myself and the business for which I am acting.
B. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT I FURTHER AFFIRM THAT:
The business named above is a (domestic___) (foreign___) corporation registered in accordance with the
Corporations and Association Article, Annotated Code of Maryland, and that it is in good standing and
has filed all its annual reports, together with filing fees, with the Maryland State Department of
Assessments and Taxation, and that the name and address of its resident agent filed with the State
Department of Assessments and Taxation is:
Name:
Address:
Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State
of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State
Department of Assessments and Taxation, and the Department of Labor, Licensing, and Regulations, as
applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement.
C VALIDITY OF AFFIRMATIONS
I FURTHER AFFIRM THAT:
To the best of my knowledge, information, and belief, each of the affirmations, certifications, or
acknowledgments contained in the Bid/Proposal Affidavit dated _________________, 20___ , and
executed by me for the purpose of obtaining the contract to which this Exhibit is attached remains true
and correct in all respects as made as of the date of this Contract Affidavit and as fully set forth herein.
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE
CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY
KNOWLEDGE, INFORMATION AND BELIEF.
Date: By:
(Authorized Representative and Affiant)
Document Management System RFP
Appendix E Page 71
APPENDIX E: MBE INSTRUCTIONS/FORMS
MBE Instructions / Forms
State of Maryland
Baltimore City Community College
MBE Participation
Purpose
Contractor shall structure its procedures for the performance of the work required in this contract to
attempt to achieve the MBE goal stated in the RFP. MBE performance must be in accordance with this
Exhibit, as authorized be COMAR 21.11.03. Contractor agrees to exercise all good faith efforts to carry
out the requirements set forth in this Exhibit.
MBE Goals and Sub-Goals
X An MBE subcontractor participation goal of 25 percent of the total contract dollar amount has
been established for this procurement. By submitting a response to this solicitation, the bidder or
offeror agrees that this dollar amount of the contract will be performed by certified MBE’s
Or
□ An overall MBE subcontract participation goal of ___ percent of the total contract dollar amount
has been established for this procurement. This dollar amount includes:
□ A sub-goal of ____ percent of the total contract dollar amount to be allocated to
certified MBE’s classified as women-owned business.
□ A sub-goal of ___percent of the total contract dollar amount to be allocated to
certified MBE’s classified as African American-owned businesses.
By submitting a response to this solicitation, the bidder or the offeror agrees that these dollar
amounts of the contract will be performed by certified MBE’s specified.
A Prime Contractor, including an MBE Prime Contractor, must accomplish an amount of work not
less than the MBE subcontract goals with certified MBE subcontractors.
A Prime Contractor comprising a joint venture that includes MBE partners (s) must accomplish the
MBE subcontract goal with certified MBE subcontractors.
Document Management System RFP
Appendix E Page 72
Attachment E – MBE Instructions / Forms (cont.)
Solicitation and Contract Formation
A bidder or offeror must include with its bid or offer:
(1) A completed Certified MBE Utilization and Fair Solicitation Affidavit (Attachment
D-1) whereby the bidder or offeror acknowledges the certified MBE participation
goal or requests a waiver, commits to make a good faith effort to achieve the goal,
and affirms that MBE subcontractors were treated fairly in the solicitation process.
(2) A completed MBE Participation Schedule (Attachment D-2) whereby the bidder or
offeror responds to the expected degree of MBE participation as stated in the
solicitation, by identifying the specific commitment of certified MBE at the time of
submission. The bidder or offeror shall specify the price and/or the percentage of
contract value associated with each MBE subcontractor identified on the MBE
Participation Schedule.
If a bidder or offeror fails to submit Attachment E-1 and Attachment E-2 at the
time of submittal of the bid or offeror as required, the Procurement Officer
shall deem the bid non-responsive or shall determine that the offer is not
reasonably susceptible of being selected for award.
Within 10 working days from notification that it is the apparent awardee or from the date of the actual
award, whichever is earlier, the apparent awardee must provide the following documentation to the
Procurement Officer.
(1) Outreach Efforts Compliance Statement (Attachment D-3)
(2) Subcontractor Project Participation Statement (Attachment D-4)
(3) If the apparent awardee has requested a waiver (in whole or in part) of the overall
MBE goal or of any subgoal as part of the previously submitted Attachment D-1, it
must submit documentation supporting the waiver request that complies with
COMAR 21.11.03.11.
(4) Any other documentation required by the Procurement Officer to ascertain bidder or
offeror responsibility in connection with the certified MBE participation goal.
If the apparent awardee fails to return each completed document within the required time,
the Procurement Officer may determine that the apparent awardee is not responsible and
therefore not eligible for contract ward. If the contract has already been awarded, the
award is voidable.
Document Management System RFP
Appendix E Page 73
Attachment - MBE Instruction / Forms (contd.)
Contract Administration Requirements
Contractor shall:
1. Submit monthly to the Department a report listing any unpaid invoices, over 30 days old, received
from any certified MBE subcontractor, the amount of each invoice and the reason payment has not
been made.
2. Include in its agreements with its certified MBE subcontractors a requirement that those
subcontractors submit monthly to the Department a report that identifies the prime contract and lists
all payments received from Contractor in the preceding 30 days, as well as any outstanding invoices,
and the amounts of those invoices.
3. Maintain such records as are necessary to confirm compliance with its MBE participation obligations.
These records must indicate the identity of certified minority and non-minority subcontractors
employed on the contract, the type of work performed by each, and the actual dollar value of work
performed. Subcontract agreements documenting the work performed by all MBE participants must
be retained by the contractor and furnish to the Procurement Officer on request.
4. Consent to provide such documentation as reasonably requested and to provide right-of entry at
reasonable times for the purposes of the State’s representatives verifying compliance with the MBE
participation obligations. Contractor must retain all records concerning MBE participation and make
them available for State inspection for three years after final completion of the contract.
5. At the option of the procurement agency, upon completion of the contract and before final payment
and/or release of retainage, submit a final report in affidavit form and under penalty of perjury, of all
payments made to, or withheld from MBE subcontractors.
Attachments D-1 Certified MBE Utilization and Fair Solicitation Affidavit (must be submitted with bid or
offer)
D-2 MBE participation Schedule (must be submitted with bid or offer)
D-3 Outreach Efforts Compliance Statement (must be submitted within 10 days working days
of notification of apparent award or actual award, whichever is earlier)
D-4 Subcontractor Project Participation Statement (must be submitted within 10 working days
of notification of apparent award or actual award, whichever is earlier)
Document Management System RFP
Appendix E Page 74
Attachment E-1
Certified MBE Utilization and Fair Solicitation
Affidavit
*****EFFECTIVE OCTOBER 1, 2004*****
This document shall be included with the submittal of the bid or offer. If the bidder or offeror
fails to submit this form with the bid or offer, the Procurement Officer shall deem the bid non-
responsive or shall determine that the offer is not reasonably susceptible of being selected for
award.
In conjunction with the bid or offer submitted in response to Solicitation No. R95R8200221, I Affirm the
following:
1. I acknowledge the overall certified MBE participation goal of ______ percent and, if specified in
the solicitation sub-goals of ______percent for MBE’s classified as African American-owned and
____ percent for MBE’s classified as women owned. I have made a good faith effort to achieve
this goal.
OR
After having made a good faith effort to achieve the MBE participation goal, I conclude I am
unable to achieve it. Instead, I intend to achieve an MBE goal of _____ % and request a wavier
of the remainder of the goal. If I submit the apparent low bid or am selected as the apparent
awardee (competitive sealed proposal), I will submit written waiver documentation that complies
with COMAR 21.11.03.11 within 10 business days of receiving notification that our firm is the
apparent low bidder or the apparent awardee.
2. I acknowledge that the MBE subcontractor/suppliers listed in the MBE participation Schedule
will be used to accomplish the percentage of MBE participation that I intend to achieve.
3. I have identified the specific commitment of certified MBE’s by completing and submitting an
MBE Participation Schedule with the bid or proposal.
4. I understand that if I am not notified that I am the apparent awardee, I must submit the following
documentation within 10 working days of receiving notice of potential award or form the date of
conditional award (per COMAR 21.11.03.10), whichever is earlier.
a. Outreach Efforts Compliance Statement (Attachment D-3)
b. Subcontractor Project Participation Statement (Attachment D-4)
c. MBE Waiver Documentation per COMAR 21.11.03.11 (if applicable)
d. Any other documentation required by the Procurement Officer to ascertain bidder or
offeror responsibility in connection with the certified MBE participation goal.
I acknowledge that if I fail to return each completed document within the required time, the
Procurement Officer may determine that I am not responsible and therefore not eligible for
contract award. If the contract has already been awarded, the award is voidable.
5. In the solicitation of subcontract quotations or offers, MBE subcontractors were provided not less
that the same information and amount of time to respond as were non-MBE subcontractors.
Document Management System RFP
Appendix E Page 75
I solemnly affirm under the penalties of perjury that the contents of this paper are true to the best
of my knowledge, information, and belief.
______________________________ ________________________________
Bidder/Offeror’s Name Signature of Affiant
_____________________________ ________________________________
Address Printed name, Title
_____________________________
________________________________
Date
SUBMIT THIS AFFIDAVIT WITH BID/PROPOSAL
Document Management System RFP
Appendix E Page 76
MBE Participation Schedule
*****EFFECTIVE OCTOBER 1, 2004*****
This document shall be included with the submittal of the bid or offer. If the bidder or offeror fails
to submit this form with the bid or offer, the Procurement Officer shall deem the bid non-
responsive or shall determine that the offer is not reasonably susceptible of being selected for
award.
______________________________________________________________________________
Prime Contractor (Firm Name, Address, Phone) Project Description
______________________________________________________________________________
Project Number
Minority Firm’s Name: MBE Certification Number
______________________________________________________________________________
Work to be Performed/SIC
______________________________________________________________________________
Percentage of Total Contract
Minority Firm Name: MBE Certification Number
______________________________________________________________________________
Work to be Performed/SIC
______________________________________________________________________________
Percentage of Total Contract
Document Management System RFP
Appendix E Page 77
USE ATTACHMENT E-2 CONTINUATION PAGE AS NEEDED
TOTAL MBE PARTICIPATION: _______________%
TOTAL AFRICAN-AMERICAN MBE PARTICIPATION: _______________%
TOTAL WOMAN-OWNED MBE PARTICIPATION: _______________%
Document Prepared By: (Please print or Type)
Name: ________________________________ Title:_______________________________
Document Management System RFP
Appendix E Page 78
Attachment E-2
BALTIMORE CITY COMMUNITY COLLEGE
MBE Participation Schedule
Minority Firm’s Name: MBE Certification Number
______________________________________________________________________________
Work to be Performed/SIC
______________________________________________________________________________
Percentage of Total Contract
Minority Firm’s Name: MBE Certification Number
______________________________________________________________________________
Work to be Performed/SIC
______________________________________________________________________________
Percentage of Total Contract
Minority Firm’s Name: MBE Certification Number
______________________________________________________________________________
Work to be Performed/SIC
______________________________________________________________________________
Percentage of Total Contract
Minority Firm’s Name: MBE Certification Number
______________________________________________________________________________
Work to be Performed/SIC
______________________________________________________________________________
Percentage of Total Contract
Document Management System RFP
Appendix E Page 79
Outreach Efforts Compliance Statement In conjunction with the bid or offer submitted in response to Solicitation No. ________________,
I state the following:
1. Bidder / Offeror identified opportunities to subcontract in these specific work
categories:
2. Attached to this form are copies of written solicitations (with bidding instructions)
used to solicit certified MBE’s for these subcontract opportunities.
3. Bidder / Offeror made the following attempts to contract personally the solicited MBE’s:
4. □ Bidder / Offeror assisted MBE’s to fulfill or to seek waiver of bonding
requirements (Describe Efforts).
□ This project does not involve bonding requirements.
5. □ Bidder/Offeror did/did not attend the pre-bid / proposal conference.
□ No pre-bid / proposal conference was held.
_________________________________ By: ______________________________
Bidder / Offeror Name
_________________________________ ______________________________
Address Name, Title
______________________________
Date
Document Management System RFP
Appendix E Page 80
Subcontractor Project Participation Statement SUBMIT ONE FORM FOR EACH CERTIFIED MBE LISTED IN THE MBE PARTICIAPTION
SCHEDULE
Provided that ___________________________________________ is awarded the State contract
in conjunction with Solicitation No. _________________, it and _________________________,
MDOT Certification No. ________________, intend to enter into a contract by which
Subcontractor shall:
(describe work)
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
________________________________________________________________________________________________________
_____________________________________________________________________________________
□ No bonds are required of Subcontractor
□ The following amount and type of bonds are required of the Subcontractor:
____________________________________ _____________________________________
Prime Contractor Signature Subcontractor Signature
By: ________________________________ By: _________________________________
Name, Title Name, Title
___________________________________ _____________________________________
Date Date
Document Management System RFP
Appendix E Page 81
ATTACHMENT E-5
Baltimore City Community College
Minority Business Enterprise Participation
Prime Contractor Paid/Unpaid MBE Invoice Report
Report #: ________ Reporting Period (Month/Year): _____________ Report is due by the 15
th of the month following the
month the services were provided.
Contract #: Contracting Unit: Contract Amount: MBE Subcontract Amt: Project Begin Date: Project End Date: Services Provided:
Prime Contractor:
Contact Person:
Address:
City:
State:
ZIP:
Phone:
FAX:
Subcontractor Name:
Contact Person:
Phone:
FAX:
Subcontractor Services Provided: List all payments made to MBE subcontractor named
above during this reporting period: Invoice# Amount 1.
2.
3.
Total Dollars Paid: $____________________________
List dates and amounts of any outstanding invoices:
Invoice # Amount 1.
2.
3.
Total Dollars Unpaid: $__________________________
**If more than one MBE subcontractor is used for this contract, you must use separate D-5 forms.
**Return one copy (hard or electronic) of this form to the following address
(electronic copy with signature and date is preferred):
Lonnie McKenzey Procurement Specialist Baltimore City Community College 2109 Liberty Heights Avenue Baltimore, MD 21215 [email protected]
Signature:________________________________________________ Date:_____________________
Document Management System RFP
Appendix E Page 82
ATTACHMENT E-6
Minority Business Enterprise Participation
Subcontractor Paid/Unpaid MBE Invoice Report
Report#: ____ Reporting Period (Month/Year): ________________ Report is due by the 15
th of the month following the
month the services were performed.
Contract # Contracting Unit: MBE Subcontract Amount: Project Begin Date: Project End Date: Services Provided:
MBE Subcontractor Name:
MDOT Certification #:
Contact Person:
Address:
City:
State: Maryland
ZIP:
Phone:
FAX:
Subcontractor Services Provided: List all payments received from Prime Contractor
during reporting period indicated above. Invoice Amt Invoice # Date 1.
2.
3.
Total Dollars Paid: $_________________________
List dates and amounts of any unpaid invoices over 30
days old. Invoice Amt Invoice # Date 1.
2.
3.
Total Dollars Unpaid: $_________________________
Prime Contractor: Contact Person
**Return one copy (hard or electronic) of this form to the following address
(electronic copy with signature and date is preferred):
Lonnie McKenzey Procurement Specialist Baltimore City Community College 2910 Liberty Heights Avenue Baltimore, MD 21215 [email protected]
Signature:________________________________________________ Date:_____________________